lower montoyas water quality feature construction project ... · does not call for any tint. sheets...
TRANSCRIPT
Lower Montoyas Water Quality Feature Construction Project SSCAFCA IFB #: 2015-01 CWSRF #: 018 ADDENDUM #4 (February 6, 2015) Addendum #4 provides responses to questions asked in writing and at the pre-bid meeting, provides revised drawings, provides revised bid form, and provides guidance to DBE related questions. Documents attached:
Revised Bid Form
Solicitation of DBE Help Guide
Revised Sheet C-101
Revised Sheet C-506
As-Built drawing from Harvey Jones Channel inlet General:
1) Sheet C-101: Sheet C-101 shall be replaced with revised Sheet C-101, as attached. The revised Sheet C-101 identifies two disposal sites adjacent to the project limits.
2) Earthwork Bid Items: a. Bid Item #2, Unclassified Excavation quantity has been revised. Bid Item #2 shall include
excavation, haul, placement and compaction within the project limits as identified on the Grading and Drainage Plan Sheets C-103 to Sheet C-107.
b. Delete Bid Item #3, Export of Excess Material. Add Bid Item #3, Grout c. Add Bid Alternative 1 - Bid Item #58, Unclassified Excavation, Disposal of Excess Material
at Contractor’s discretion. d. Add Bid Alternative 2 – Bid Item #59, Unclassified Excavation, Disposal of Excess
Material at Disposal Sites identified on Sheet C-101. Placement shall be at Disposal Site #1, while Disposal Site #2 may be used with prior authorization from the owner.
e. The low bidder will be selected based on the Base Bid plus Bid Alternative #1 or the Base Bid plus Bid Alternative #2.
3) Required Federal Forms: a. Supplemental Conditions, Page 161; Delete Item #5. 6100-2. Form 6100-2 will not be
required within the bidder’s proposal, but is required after award of the contract.
Questions for Lower Montoyas Water Quality Feature project:
Written Questions: CONTRACTOR #1
1) Question: Is the excess dirt, export, the property of SSCAFCA or can the awarded contractor use the export at will? Response: Bid Alternative 1 has been added to the Bid Form for the contractor to use the excess dirt elsewhere. Bid Alternative 2 shall be bid based on the spoil disposal locations provided on Sheet C-101.
2) Question: Can you please provide clarification for bid items #2 and #3; is the export of excess material (114,000 cy) part of the unclassified excavation (157,000 cy) or do we calculate moving 157,000 cy and an additional 114,000 cy for export?
Response: Bid Items have been revised. See Item #2 in the General Section of this addendum. 3) Question: Can a contractor bidding as Prime also have an interest in another bid as a
subcontractor? Response: No. A contractor may not bid as both a Prime and a subcontractor on the project.
4) Question: Given the fact that the DBE goal is over 40%, is there a minimum requirement for a Prime contractor’s work with its own forces? Response: There is no minimum percentage of the project that must be performed by that Prime contractor.
5) Question: Please let us know if the awarded contractor has complete access in the arroyo. Specifically, there is a break in the work from Station 34+00 until Station 46+00. Is the awarded contractor allowed unconditional access between these two locations or does he have to go around and find some other access point for both locations? To find other access points through the neighborhoods will add considerable cost to mobilization and de-mobilization, or does SSCAFCA consider the awarded contractor to have two operations at once. Response: Yes, the contractor has full access along the Arroyo between the two locations.
Written questions: CONTRACTOR #2
1. Question: EPA forms that require Subcontractor signature: Will a faxed or scanned copy of the signed form be accepted, or will an original signature from the subcontractor need to be provided with bid forms. Since many subs fax, email or call in pricing, and many do so within a short window before the bid opening, obtaining original signatures from subcontractors to include with our bid is difficult. Response: A faxed or PDF copy of the subcontractor’s signature will suffice on the 6100 forms. Bidders must make a good faith effort in soliciting for DBE sub-contractors and be able to show proof of this. This does not mean advertising 2-days in the Albuquerque Journal before bids are due.
2. Question: Article 7 – Attachments to this Bid, states that form 6100-2 be submitted with the bid. However, the nature of this form is to allow subcontractors to comment on work received and/or conditions of the project. The form heading states that subcontractors can complete and submit this form at any time during the duration of the project. This form would be difficult to have filled out by potential subcontractors prior to contract award. Does this form have to be submitted with the bid? Response: No, the 6100-2 form may be submitted after award of the contract. Forms to be submitted with the bidders bid package must include 6100-3 and 6100-4.
3. Sheet C-301 calls for shotcrete to be tinted San Diego Buff (1 lb. / sack). The 8” concrete ramp does not call for any tint. Sheets C-505 and C-507 call for tint at 1 lb. / sack. Sheet C-508 calls for tint at 2 lb / sack. What ratio of tint is to be provided? Should the 8” concrete ramp be tinted? Please clarify. Response: The concrete for Riser #1 shown on Sheet C-505, Riser #2 shown on Sheet C-507, and the Montana Flume shown on Sheet C-508 shall not be tinted. All exposed surfaces of Riser #1, Riser #2 and the Montana Flume shall receive a “Thorocoat” San Diego Buff medium finish. Cost for “Thorocoat” shall be incidental to each bid item. The 8” concrete ramp shall be tinted with 1 lb. per sack of cement.
4. Section B on sheet C-506 is requiring an 8’ deep x 10’ cutoff trench filled with grout at the nose of boulder islands. Under which bid item is this paid? Please clarify. Response: Bid Item #3 has been revised for payment of Grout. The 8’ x 10’ cutoff trench filled with grout shall be paid for under bid item #3.
5. Are the “faux boulders” only located randomly with the real boulders in shotcreted areas? Or are they also in islands and backwater structures? Please clarify. Response: The faux boulders are only located within structures #2, #3 and #4. There are no faux boulders in the islands or backwater structures.
6. The item to be removed for bid item 15 is completely buried. Please provide a detail of this existing structure. Response: The as-built drawing of the existing inlet structure is included with this addendum.
7. Bid item 26 requires the new boulders to be light brown. Do you have a known source for a boulder this color? If so please provide. Response: The boulders may be any color except black. Basalt is not allowed. No specific source of this material is being identified in this bid.
8. Sheet C-506 has a detail for a typical grouted boulder. Other sections and details on this same sheet depict the amount of grout around the boulders completely different. Should each boulder be installed per the one typical detail or the other sections and details? Please clarify. Response: Sheet C-506 shall be replaced with Revised Sheet C-506, as attached. The “Typical Grouted Boulder Detail” shown on Sheet C-506 shall be installed for the Backwater Structures, Grouted Boulder Islands, the 66” storm drain outfall structure shown on Sheet C-508 and the Rundown/Outfall Structure shown on Sheet C-509. The “Boulder Cluster Detail” shall be installed within Structures #2, #3 and #4
9. Article 3 of the Instructions to Bidders says that within 3 days of Owners request, there are certain qualification statements that need to be turned in. Sometimes we will see the questionnaire in the specs, and we can get it ready as soon as possible, but I don’t see any forms in these specs. If requested will this information be asked on a specific form from the owner, or is it at contractors discretion which format to send the information in? Response: If this information is requested, the format will be at the contractor’s discretion.
Written Questions: CONTRACTOR #3
1) Questions: Referring to the detail for the faux boulders (labeled Typical Grouted Boulder) shown on sheet C-506, does the pay limit include the base footing, thus making about 1.89 CY per faux boulder? Response: Yes, the pay limit includes the base footing. The Detail name has been corrected on Revised Sheet C-506.
2) Question: On sheet C-506, the spillway section, Detail A Grouted Boulders in Shotcrete, and the Typical Grouted Boulder Detail appear to represent three different embedment options of grouting boulders depending upon where they are being placed. Is this true, or do all grouted boulders require the footing illustrated in the Typical Grouted Boulder Detail? Please clarify.
Response: Sheet C-506 shall be replaced with Revised Sheet C-506, as attached. The Boulders in Shotcrete for Structures #2 thru #4 do not require the footing as shown in the Typical Grouted Boulder Detail.
3) Question: Do you have a source for the color of boulder that is being requested? Response: The boulders may be any color except black. Basalt is not allowed. No specific source of this material is being identified in this bid.
4) Question: EPA Form 6100-2 appears to be a form to be provided by the Prime contractor to the DBE once the work is awarded. The DBE then fills out the form and may submit it at any time during the project. As such, this document would not be a bid document to be submitted with the Bid. Please clarify if this form is required to be submitted at the time of the bid. Response: No, the 6100-2 form may be submitted after award of the contract. Forms to be submitted with the bidders bid package must include 6100-3 and 6100-4.
5) Can digital photography be used in lieu of “video taping” to satisfy the requirement identified in 1600.3.1.2 item 5.? Digital photography provides much clearer and better resolution for identifying existing cracks in structures. Response: Yes, digital photography may be used in lieu of “video taping”.
Written Questions: CONTRACTOR #4
1) Question: There are several places in the plans that are calling out and detailing the thickness of shotcrete to be 6” and the Unit Bid Item #17 calls out 4” thick PCC Shotcrete. The item is by the CY so the material should be covered. Should the bid item description be changed to 6” instead of 4”? Response: The item description has been changed to PCC Shotcrete in the Bid Form, see attached revised Bid Form. Shotcrete shall be paid per cubic yard and shall include the 14” thick Shotcrete per the “Boulder Cluster Detail” shown.
2) Question: Based on the details provided on Sheet C-501 it would appear that the drop structure #1 is constructed primarily of Dumped Riprap. However, Sheet C-506 spillway section shows shotcrete and boulder placement which conflicts with the details shown on C-501. Can a detail be provided to better show where the boulder and/or shotcrete is to be constructed at structure #1, or clarification to explain how the spillway section shown on C-506 is to be constructed at this structure? Response: Structure #1 shall be constructed with dumped riprap as shown on Sheet C-501. There are no boulders/shotcrete at Structure #1. The dimensions shown on the spillway section on Sheet C-506 are correct for Structure #1.
3) It was mentioned at the Pre-bid meeting that basalt boulders and riprap was not to be used on this project. Can you confirm this preference as a requirement? Response: The boulders may be any color except black. Basalt is not allowed. Riprap shall be the same color and from the same source as the boulders.
4) Can a bid item be added to the project to account for the grout associated with the boulders; with quantities measured by the cubic yard? Based on the detail provided on C-506 for the 30” Boulders and Faux Boulders given the quantities of each on the bid form, would require over 4000 CYs of grout. It is not clear in the plans where every specific boulder or faux boulder will
be placed leaving a huge amount of discretion up to the Project manager on actual placement. We believe that SSCAFCA would get a better price overall if a bid item was added for the grout as opposed to being incidental to the boulder placement. Response: Bid Item #3 has been revised for the payment of Grout. See attached Revised Bid Form.
5) The teardrop islands shown on C-105 are pretty straight forward as well as the one teardrop on Sheet C-106. However, there are three other areas that are identified by Keynote #2 as being islands. Are the boulders shown on the plan sheet accurate for quantity and placement of boulders in these areas? Do these areas require the 8’ deep grout blanket (if so – where)? Response: The boulders shown on the plan sheet are accurate for quantity and placement of the boulders in these areas. These areas do not require the 8’ deep grout blanket.
6) Are the boulders shown at each of the teardrop islands accurate for quantity and placement location on sheets C-105 and C-106? Response: The boulders shown at each of the teardrop islands is accurate for quantity and placement as shown on Sheets C-105 and C-106.
7) What is the spacing requirement for the boulders placed at the toe of the slope on sheets C-105 and C-106? Response: The spacing requirement is 5’ maximum clear space between boulders.
8) On sheet L2-01 top left hand corner, regarding Note 1: “Cuttings must be incorporated during the dormant season (November to March)…” Based on the current schedule for Award, NTP and time necessary to construct the work, it is unreasonable to assume that these planting can be accomplished prior to the March cutoff and Contract time will have elapsed by the November window. Will SSCAFCA provide a variance to plant this material outside of the dormant season? Please clarify what is expected regarding this timing issue. Response: Assuming the construction of the first drop structure occurs outside the live cutting
dormant season (i.e. November - March), the contractor is to install a temporary 6" diameter
PVC sleeve 7-8 ft. long at each live cutting planting location for future plant installation. The
sleeve is to extend 2 ft. into the sub grade below the bottom of the 3 ft. riprap material.
During the live cutting dormant season (November - March) the live cuttings are to be planted
by inserting the cuttings into the sleeves so the bottoms are firmly lodged in the sub grade and
the sleeves removed in their entirety.
Sleeve costs are to be included in the live cutting install costs (Bid Item #32 Shrubs, Whips (8'
Length)).
Written Questions: CONTRACTOR #5
1) Please clarify what is meant by bid item 35 Amended backfill (water management polymers) and bid item 37 amended backfill (organic mulch, mix 1:4; water management polymers). The polymer product manufacturer’s application rate is in pounds and it is sold by the pound and not by the cubic yard so it is unclear how to provide pricing for these options. Response: Bid items 35 Amended Backfill (water management polymers) and 37 Amended
Backfill (organic mulch, mix 1:4; water management polymers) call for polymers to be applied
at the manufacturer's specified application rate. The manufacturer can provide a calculation
to determine the quantity of product needed for the volume of amended backfill indicated on
the bid form.
2) Specification 329000 planting section 3.02 D calls for mulch. It states if not indicated on the
drawings, for bid purposes, assume four 94) inch layer of tan gravel. Details on L2-01 show no mulch to the trees. Detail 4 shows some shrubs to receive cobble mulch and detail 5 shows some shrubs without any mulch. Please clarify whether or not tan mulch is required and whether filter fabric is required under cobble or tan mulch. Response: Except in locations indicated by provided details where cobble mulch is called for,
no mulch or filter fabric is required as part of the bid.
Written Questions: CONTRACTOR #6
1) Structure #1 on Sheet C-103, keynote #1 refers to Sheet C-501 for the drop structure and C-506 for the spillway. C-501 Section A shows Dumped Rip Rap while C-506 shows grouted boulders. Which surfacing is correct for structure #1? Response: Structure #1 shall be constructed with dumped riprap as shown on Sheet C-501.
There are no boulders/shotcrete at Structure #1. The dimensions shown on the spillway
section on Sheet C-506 are correct for Structure #1.
2) The geotechnical report states that “The moisture content of the fill or backfill, during compaction, should be within 2 percent of the optimum moisture content.” General Note 29 on sheet G-002 states that structural fill needs to be 2% above optimum. Can you clarify that the moisture content can be +/- 2% of optimum as opposed to at +2%. Typically the required moisture content is given within a band or range. Response: The range for structural fill is from optimum to plus 2%. Anything above optimum plus 2%, or below optimum will not be accepted.
3) Can you provide any proctors (max dry density and moisture content) that might have been taken on the sampled material in the Geotechnical report? This will help in determining the water requirements for the project. Response: There are no proctors available. Proctors are not typically completed for design. They are completed at the beginning of construction for quality control and quality assurance.
4) The structural fill required as shown on G-002 shows a band of 10-35% passing on the No. 200 Sieve. Only one sample of the of the 4 tested meets this requirement. If there is not enough material onsite that meets the requirements to blend with the out of spec material to produce the structural fill, will we be required to import?
Response: The percent passing the No. 200 sieve shall be less than 35%. Geotechnical test results indicate that existing native soils should be suitable for structural fill and backfill provided it is free of vegetation and debris and contains no rocks larger than 3 inches.
5) The provided form ‘XP-215’ shows MBE/WBE/SBRA utilization percentages. Are these
percentages a requirement of the project or a goal?
Response: These percentages are a goal that the bidder must try to meet. This is not a requirement.
6) Are the percentages cumulative? Response: No, the percentages are not cumulative.
7) If the percentages shown are a goal, does answering ‘No’ to any of the other questions on ‘XP-215’ result in a non-responsive bid? Response: If the bidder responds “No” to the questions on form XP-215, they will be considered non-responsive and the bidder’s bid will be rejected. Attached is a help guide in responding to XP-215 questions. Note, that if the prime is a DBE this does not account for meeting the goals. EPA requires the solicitation of DBE sub-contractors.
8) Will not achieving the goal result in a non-responsive bid? Response: Not achieving the percentage goals does not result in a non-responsive bid. The bidder must make a valid attempt at soliciting for DBE sub-contractors. Advertising in a local publication and providing affidavit of publication and sending out letters/faxes to DBE’s is considered a good faith effort. Advertising 2-days in a local publication 2-days before bids are due is not considered a good faith effort. A minimum of 10-days before bids are due is considered in good faith.
9) Do the forms ‘6100-2’, ‘6100-3’, and ‘6100-4’ need to be submitted at the time of bid? Response: Forms 6100-3 and 6100-4 must be submitted at the time of bid. 6100-2 may be
executed after award of the contract.
10) How will DBE usage be verified on this project? Response: NMED-CPB will utilize the DOT website for verification of DBE’s https://nmdot.dbesystem.com/FrontEnd/VendorSearchPublic.asp?XID=2051&SessionID=&SessionFlag=3R08EJW3&TN=nmdot or contact the Small Business Administration or the Minority Business Development Agency to verify DBE usage.
Questions from Pre-Bid:
1. Question: Are the faux boulders specified in the bidding documents installed locally? Response: No. Examples of this type of work come from the Phoenix area. See below for web links to help bidders understand the appearance we are looking for. http://www.howtomakerocks.com/texture-mats.html http://californiarocksusa.com/artificial-rock-sculpting/ http://www.artificialrock.ca/sculpting2.html
2. Question: What is the pay quantity for the boulders? There appears to be a conflict in the plans. Response: The payment for boulders is per each. Sheet C-506 shall be replaced with Revised Sheet C-506, as attached. The pay limit for the grout is covered in the Typical Grouted Boulder
Detail on Sheet C-506. The pay limit for Faux Boulders is shown on the Typical Faux Boulder Detail on Sheet C-506.
3. Question: What color of boulder is acceptable for the project? Response: The boulders may be any color except black. Basalt is not allowed. One potential source of these boulders is the San Pedro quarry. However, this is not the only source that may be used, bidders may identify other sources of boulders.
4. Question: Will bidders have access to the site for pre-bid inspection? Response: Yes. The site is open for inspection.
5. Question: Does rip-rap need to match the boulder color? Response: Yes. Rip-rap shall be the same color and from the same source as the boulders. The existing riprap at the 66” storm drain outlet shown on Sheet C-105 shall be removed and disposed. Bid Item #20 has been revised per attached Revised Bid Form. End of questions. Please signify on your Bid Form acknowledgment of receipt of Addendum No. 4.
Page 16
Contractor: ___________________
BID FORM
This Bid is submitted to SSCAFCA, New Mexico (hereinafter called “OWNER”).
1. The undersigned (hereinafter called “BIDDER”), in compliance with your invitation for bids for the Lower Montoyas Arroyo Water Quality Feature, having examined the drawings and specifications, with related documents, and having examined the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of labor, materials and supplies, hereby proposes to furnish all labor, materials and supplies, permits, in accordance with the contract documents at the prices stated below. These prices are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part.
2. BID: The Bidder agrees to perform all of the following Work for the Bid amount for The SSCAFCA Lower Montoyas Arroyo Water Quality Feature determined as follows:
Page 17
TABLE OF CONTENTS
Page
Article 1 – Bid Recipient ................................................................................................................ 18
Article 2 – Bidder’s Acknowledgements ....................................................................................... 18
Article 3 – Bidder’s Representations ............................................................................................ 18
Article 4 – Bidder’s Certification ................................................................................................... 19
Article 5 – Basis of Bid ................................................................................................................... 20
Article 6 – Time of Completion ..................................................................................................... 23
Article 7 – Attachments to this Bid ............................................................................................... 23
Article 8 – Defined Terms ............................................................................................................. 24
Article 9 – Bid Submittal ............................................................................................................... 25
Page 18
ARTICLE 1 – BID RECIPIENT
1.01 This Bid is submitted to:
SSCAFCA 1041 Commercial Drive SE Rio Rancho, NM 87124
1.02 The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents.
ARTICLE 2 – BIDDER’S ACKNOWLEDGEMENTS
2.01 Bidder accepts all of the terms and conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 60 days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner.
ARTICLE 3 – BIDDER’S REPRESENTATIONS
3.01 In submitting this Bid, Bidder represents that:
A. Bidder has examined and carefully studied the Bidding Documents, and any data and reference items identified in the Bidding Documents, and hereby acknowledges receipt of the following Addenda:
Addendum No. Addendum, Date
B. Bidder has visited the Site, conducted a thorough, alert visual examination of the Site and adjacent areas, and become familiar with and satisfied itself as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work.
C. Bidder is familiar with and has satisfied itself as to all Laws and Regulations that may affect cost, progress, and performance of the Work.
D. Bidder has carefully studied all: (1) reports of explorations and tests of subsurface conditions at or adjacent to the Site and all drawings of physical conditions relating to existing surface or subsurface structures at the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings, and (2) reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site that have been identified in the Supplementary Conditions, especially with respect to Technical Data in such reports and drawings. No Reports available for this project.
Page 19
E. Bidder has considered the information known to Bidder itself; information commonly known to contractors doing business in the locality of the Site; information and observations obtained from visits to the Site; the Bidding Documents; and any Site-related reports and drawings identified in the Bidding Documents, with respect to the effect of such information, observations, and documents on (1) the cost, progress, and performance of the Work; (2) the means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and (3) Bidder’s safety precautions and programs.
F. Bidder agrees, based on the information and observations referred to in the preceding paragraph, that no further examinations, investigations, explorations, tests, studies, or data are necessary for the determination of this Bid for performance of the Work at the price bid and within the times required, and in accordance with the other terms and conditions of the Bidding Documents.
G. Bidder is aware of the general nature of work to be performed by Owner and others at the Site that relates to the Work as indicated in the Bidding Documents.
H. Bidder has given Engineer written notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and confirms that the written resolution thereof by Engineer is acceptable to Bidder.
I. The Bidding Documents are generally sufficient to indicate and convey understanding of all terms and conditions for the performance and furnishing of the Work.
J. The submission of this Bid constitutes an incontrovertible representation by Bidder that Bidder has complied with every requirement of this Article, and that without exception the Bid and all prices in the Bid are premised upon performing and furnishing the Work required by the Bidding Documents.
ARTICLE 4 – BIDDER’S CERTIFICATION
4.01 Bidder certifies that:
A. This Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any collusive agreement or rules of any group, association, organization, or corporation;
B. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;
C. Bidder has not solicited or induced any individual or entity to refrain from bidding; and
D. Bidder has not engaged in corrupt, fraudulent, collusive, or coercive practices in competing for the Contract. For the purposes of this Paragraph 4.01.D:
1. “corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value likely to influence the action of a public official in the bidding process;
2. “fraudulent practice” means an intentional misrepresentation of facts made (a) to influence the bidding process to the detriment of Owner, (b) to establish bid prices at artificial non-competitive levels, or (c) to deprive Owner of the benefits of free and open competition;
3. “collusive practice” means a scheme or arrangement between two or more Bidders, with or without the knowledge of Owner, a purpose of which is to establish bid prices at artificial, non-competitive levels; and
Page 20
4. “coercive practice” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in the bidding process or affect the e execution of the Contract.
ARTICLE 5 – BASIS BID
5.01 Bidder will complete the Work in accordance with the Contract Documents for the following price(s):
BASE BID
ITEM
NO.
SPEC
NO. DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
COST BID PRICE
1 201.010 SITE CLEARING & GRUBBING, COMPL. AC 20
2 204.010
UNCLASSIFIED EXCAVATION,
INCLUDING EXCAVATION, HAUL,
PLACEMENT AND COMPACTION WITHIN
THE PROJECT LIMITS
CY 43,100
3 106.XXX GROUT, TINTED, COMPLETE IN PLACE
FOR GROUTED BOULDERS CY 1,290
4 207.010 LEAN FILL, COMPLETE IN PLACE CY 328
5 301.020 SUBGRADE PREP. 12" AT 95%
COMPACTION, COMPLETE IN PLACE SY 4,136
6 302.015
AGGREGATE BASE COURSE, CRUSHED,
4" AT 95% COMPACTION, COMPLETE IN
PLACE
SY 1765
7 337.040
CONCRETE PAVEMENT, 8" THICK,
PORTLAND CEMENT CONCRETE WITH
FLY ASH, 16' WIDE RAMP, TINTED,
COMPLETE IN PLACE
SY 70
8 337.XXX
CONCRETE PORTED RISER # 1, PER
DETAIL - STRUCTURE 2, , COMPLETE IN
PLACE
LS 1
9 337.XXX
CONCRETE PORTED RISER #2, PER
DETAIL - HARVEY JONES CHANNEL,
COMPLETE IN PLACE
LS 1
10 337.XXX CONCRETE MONTANA FLUME PER
DETAIL, COMPLETE IN PLACE CY 4.5
11 410.011 4 STRAND BARBLESS WIRE FENCE PER
DETAIL, COMPLETE IN PLACE LF 1,520
12 410.070 16' WIDE ACCESS CONTROL GATE PER
DETAIL, COMPLETE IN PLACE EA 2
13 501.020
EXISTING DRAINAGE STRUCTURE OR
CHANNEL LINING, REINFORCED
CONCRETE, REMOVE & DISPOSE, COMPL.
AT 66" PIPE OUTFALL
CY 22
14 501.020 EXISTING HEADWALL, REMOVE &
DISPOSE, COMPLETE IN PLACE EA 1
15 501.020
EXISTING INLET STRUCTURE AT
HARVEY JONES CHANNEL , REMOVE &
DISPOSE, COMPLETE IN PLACE
EA 1
16 501.021
REMOVE AND DISPOSE EXISTING
CONSTRUCTION DEBRIS, 3' DEEP
MAXIMUM
CY 180
Page 21
ITEM
NO.
SPEC
NO. DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
COST BID PRICE
17 519.XXX PCC SHOTCRETE, INCL.
REINFORCEMENT, COMPLETE IN PLACE SY 2,774
18 106.XXX FAUX BOULDER FINISH, COMPLETE IN
PLACE SY 700
19 603.030 DUMPED RIPRAP, INCL. FILTER FABRIC,
COMPLETE IN PLACE CY 400
20 603.062 REMOVE AND DISPOSE EXISTING RIP-
RAP SF 1,440
21 603.063
EXISTING GABION BASKET, REMOVE &
REINSTALL, INCL. NEW BASKETS,
DISPOSE EXISTING BASKETS.
EA 6
22 910.005
18" STORM DRAIN CULVERT PIPE, INCL
TRENCHING, BACKFILL AND
COMPACTION, COMPLETE IN PLACE
LF 43
23 910.009
24" STORM DRAIN CULVERT PIPE, INCL
TRENCHING, BACKFILL AND
COMPACTION, COMPLETE IN PLACE
LF 624
24 910.106
DRAINLINE REMOVAL, GREATER THAN
48", INCL. TRENCHING, COMPL.,
EXISTING 66" STORM DRAIN
LF 103
25 920.420
EXISTING MANHOLE FRAME & COVER,
ADJUST TO PAVEMENT GRADE WHERE
ADJUSTMENT OF CONCRETE OR BLOCK
BARREL IS REQUIRED, COMPLETE IN
PLACE
EA 1
26 1006.012 30" NOMINAL BOULDERS, COMPLETE IN
PLACE. EA 1,178
27 XXX.XXX SEDIMENT DEPTH MARKER NO. 1,
COMPLETE IN PLACE EA 1
28 XXX.XXX SEDIMENT DEPTH MARKER NO. 2,
COMPLETE IN PLACE EA 1
29 XXX.XXX SHRUBS, 1 GAL. EA 139
30 XXX.XXX SHRUBS, 5 GAL. EA 790
31 XXX.XXX SHRUBS, TALL POTS EA 96
32 XXX.XXX SHRUBS, WHIPS (8' LENGTH) EA 207
33 XXX.XXX TREES, LARGE DECIDUOUS (15-20 GAL,
25 FT. TALL) EA 24
34 XXX.XXX TREES, SMALL DECIDUOUS (15 GAL) EA 6
35 XXX.XXX AMENDED BACKFILL (WATER
MANAGEMENT POLYMERS) CY 45
36 XXX.XXX AMENDED BACKFILL (ORGANIC MULCH,
MIX 1:4) CY 85
37 XXX.XXX
AMENDED BACKFILL (ORGANIC MULCH,
MIX 1:4; WATER MANAGEMENT
POLYMERS)
CY 15
38 XXX.XXX COBBLE, MULCH 6"-8" ROUND CY 80
39 XXX.XXX
NATIVE GRASS SEED MIX A
(HYDROSEED, W/ FERTILIZER, NON-
IRRIGATED)
SF 484,285
40 XXX.XXX
NATIVE GRASS SEED MIX B
(HYDROSEED, W/ FERTILIZER, NON-
IRRIGATED)
SF 6,400
Page 22
ITEM
NO.
SPEC
NO. DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
COST BID PRICE
41 XXX.XXX
NATIVE GRASS SEED MIX C
(HYDROSEED, W/ FERTILIZER, NON-
IRRIGATED)
SF 23,400
42 XXX.XXX 9" DIA. STRAW WATTLES WITH STAKES LF 4,278
43 XXX.XXX JUTE NETTING SF 12,191
44 XXX.XXX IRRIGATION, STANDPIPES EA 11
45 XXX.XXX
IRRIGATION, SOLID 4" PVC PIPE IN
TRENCH DRAIN 1' X 1.5' (PLANTING
STRIPS & DROP STRUCTURE)
LF 22
46 XXX.XXX
IRRIGATION, PERFORATED PIPE IN
TRENCH DRAIN 1' X 1.5' (PLANTING
STRIPS & DROP STRUCTURE)
LF 435
47 XXX.XXX IRRIGATION, SLEEVING 6" PVC LF 225
48 XXX.XXX IRRIGATION, SOLID 4" PVC PIPE IN
TRENCH DRAIN 1' X 1.5' (TREES) LF 310
49 XXX.XXX IRRIGATION, PERFORATED PIPE IN
TRENCH DRAIN 1.5' X 1.5' (TREES) LF 265
50 XXX.XXX WATERING, ESTABLISHMENT AND
MAINTENANCE LS 1
51 4.010 CONSTRUCTION STAKING, COMPL. LS 1
52 6.010
CONSTRUCTION PROJECT SIGN, PER
CONTRACT SPECIAL PROVISIONS,
COMPLETE IN PLACE
EA 2
53 XXX.XXX MATERIAL TESTING AL 1 $7,500.00 $7,500.00
54 6.061 CONSTRUCTION MOBILIZATION &
DEMOBILIZATION, COMPL. LS 1
55 30.010 PROTECTION OF PROJECT FROM WATER LS 1
56 30.020 NPDES PERMITTING, COMPL. LS 1
57 XXX.XXX VIBRATION MONITORING AND VIDEO
TESTING LS 1
SUBTOTAL BASE BID ITEMS 1-57 $_____________________
BID ALTERNATIVE 1
ITEM
NO.
SPEC
NO. DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
COST BID PRICE
58 202.010
UNCLASSIFIED EXCAVATION, DISPOSAL
OF EXCESS MATERIAL AT
CONTRACTOR’S DISRETION
CY 114,000
SUBTOTAL BASE BID ITEMS 1-57 PLUS ITEM 58 $_____________________
BID ALTERNATIVE 2
ITEM
NO.
SPEC
NO. DESCRIPTION UNIT
ESTIMATED
QUANTITY
UNIT
COST BID PRICE
59 202.010
UNCLASSIFIED EXCAVATION, DISPOSAL
OF EXCESS MATERIAL AT DISPOSAL
SITES IDENTIFIED ON SHEET C-101
CY 114,000
Page 23
SUBTOTAL BASE BID ITEMS 1-57 PLUS BID ITEM 59 $_____________________
Bidder acknowledges that (1) each Bid Unit Price includes an amount considered by Bidder to be adequate to cover Contractor’s overhead and profit for each separately identified item, and (2) estimated quantities are not guaranteed, and are solely for the purpose of comparison of Bids, and final payment for all unit price Bid items will be based on actual quantities, determined as provided in the Contract Documents.
The Low Bidder will be selected based on the Base Bid plus Bid Alternative 1 or Base Bid plus Bid Alternative 2.
Bonds required under Paragraph 6.01 of the General Conditions will be based on the Contract Price.
ARTICLE 6 – TIME OF COMPLETION
6.01 Bidder agrees that the Work will be complete and ready for final payment within _120___ calendar days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions, and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions.
6.02 BIDDER further agrees to pay, as liquidated damages, the amount of ($2,000) two thousand dollars for each consecutive calendar day thereafter as provided in the Supplementary Conditions.
A. Upon receipt of Notice of Recommendation to Award, BIDDER shall execute the formal Contract Documents within five (5) Calendar days and deliver the Performance Bond, Labor and Material Payment Bond, and Certificates of Insurance as required herein.
ARTICLE 7 – ATTACHMENTS TO THIS BID
7.01 The following documents are submitted with and made a condition of this Bid:
A. Required Bid security;
B. List of Proposed Subcontractors;
C. Certification of Bidder Regarding Affirmative Action/Equal Employment Opportunity and Non-discrimination form;
D. Bidders Listing of Subcontractors for Compliance with Subcontractor Fair Practices Act.
E. Bidders listing of “Public Works Contracts” Registration of Contractors and Subcontractors.
F. XP-211 Bidders Certification Compliance with Equal Employment Opportunity & Non-segregated Facilities.
G. XP-215 MBW/WBE/SBRA Utilization Information Sheet
H. XP-315 Davis Bacon Certification
I. 5700-49 Certification Regarding Debarment, Suspension & Other Responsibility Matters
J. 6100-3 Disadvantage Business Enterprises Subcontractor Performance Form
K. 6100-4 Disadvantage Business Enterprises Subcontractor Utilization Form
L. Campaign Contribution Disclosure Form
Page 24
M. Evidence of authority to do business in the state of the Project; or a written covenant to obtain such license within the time for acceptance of Bids;
N. Contractor’s License No.: ________________
O. Contractor’s Department of Labor Registration Number :___________________
P. Resident Contractor or Resident Veteran if applicable. Certificate Number:_N/A_____
ARTICLE 8 – DEFINED TERMS
8.01 The terms used in this Bid with initial capital letters have the meanings stated in the Instructions to Bidders, the General Conditions, and the Supplementary Conditions.
Page 25
ARTICLE 9 – BID SUBMITTAL
BIDDER: [Indicate correct name of bidding entity]
By: [Signature]
[Printed name]
(If Bidder is a corporation, a limited liability company, a partnership, or a joint venture, attach evidence of authority to sign.)
Attest: [Signature]
[Printed name]
Title:
Submittal Date:
Address for giving notices:
Telephone Number:
Fax Number:
Contact Name and e-mail address:
HELP for Understanding the
MBE/WBE/SBRA UTILIZATION INFORMATION SHEET (XP-215)
40 CFR PART § 31.36
(e) Contracting with small and minority firms, women’s business enterprise and labor surplus area firms.
(1) The grantee and subgrantee will take all necessary affirmative steps to assure that minority firms, women’s business enterprises, and labor surplus area firms are used when possible.
(2) Affirmative steps shall include:
(i) Placing qualified small and minority businesses and women’s business enterprises on solicitation lists (i.e. NM Department of Transportation, http://nmshtd.state.nm.us/main.asp?secid=16114);
Contractor must answer yes to: XP-215 Question 1 or XP-215 Question 2
(ii) Assuring that small and minority businesses, and women’s business enterprises are solicited whenever they are potential sources;
Contractor must answer yes to: XP-215 Question 7 or XP-215 Question 8 or XP-215 Question 9
(iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women’s business enterprises;
Contractor must answer yes to: XP-215 Question 5
(iv) Establishing delivery schedules, where the requirement permits, which encourage participation by small and minority business, and women’s business enterprises;
Contractor must answer yes to: XP-215 Question 6
(v) Using the services and assistance of the Small Business Administration, 625 Silver, Suite 320, Albuquerque, NM 87102, Phone: 505-248-8225 and the Minority Business Development Agency of the Department of Commerce, 718 Central Ave. SW, Albuquerque, NM 87102, Phone: 505-843-7114
Contractor must answer yes to: XP-215 Question 3 or XP-215 Question 4
(vi) Requiring the prime contractor, if subcontracts are to be let, to take the affirmative steps listed in paragraphs (e)(2) (i) through (v) of this section.
Goals must be passed on to subcontractors Contractor must submit, where appropriate, proof of affirmative steps mentioned above. This should include copies of advertisements and letters of solicitation.
NEW MEXICO
ENVIRONMENT DEPARTMENT
5500 San Antonio NE Albuquerque, NM 87190
Phone (505) 222-9500 Fax (505) 222-9510
www.nmenv.state.nm.us
SUSANA MARTINEZ
Governor JOHN A. SANCHEZ
RYAN FLYNN Cabinet Secretary
BUTCH TONGATE Deputy Secretary
o
o
X
X
o
o
o
o
o
o
XX X
XX
XX
XX
XX
XX
XX
XX
X
STOCKPILE
STOCKPILE
STOCKPILE
STEPS
RIPRAP
RIPRAP
RIPRAP
OBSCUREDAREA
OBSCUREDAREA
PIPE
X X
X
RIPRAP
X
LOCATED OBJECT
CULVERT
SIGN
TELEPHONE PEDESTAL
LOCATED OBJECT
RETAINING WALL
CHAIN LINK FENCE
GATE
POST
INLET
UNKNOWN MANHOLE
EDGE OF ARROYO
BRUSH LINE
BARBED WIRE \ CABLE \ PIPE FENCE
ROAD CENTERLINE
WROUGHT IRON
GUARDRAIL
TEL
M
M
M
TEL
TOPOGRAPHIC DTM COMPILED BYPHOTOGRAMMETRIC METHODS USING DIGITALAERIAL PHOTOGRAPHY REFERENCED TO SURVEYEDGROUND CONTROL ACQUIRED AT 1800 FT ABOVEMEAN TERRAIN ON ?DATE?.
THIS MAP WAS COMPILED AT A 1-FOOT CONTOURINTERVAL TO MEET THE ASPRS STANDARDS FORCLASS 2 MAP ACCURACY.
GTE
CB
M
LOT A
LOT B
TRACT A
61
50
49
48
47
54
53
52
51
MIKAELA
ROAD
PARCEL 1PARCEL 3
PARCEL 2
Special WD (NORCO to Freedman)
WD (Freedman to CWD)
WD (Parker to Corrales)
SS
SS SS SS SS SS SS SS SS SS SS SS
PROJECT NO:
DESIGNED BY:
DRAWN BY:
CHECKED BY:
DATE:
SHEET NO:
SHEET TITLE
CO
NS
ULT
AN
TSS
EA
LP
RO
JEC
T N
AM
E
RE
V.
DE
SC
RIP
TIO
N
XXX
XXX
XXX
DA
TEB
Y
SCALE: 1" = 300'
00 300'150'
LEGEND
SSCAFCA PROPERTY BOUNDARY
C:\Users\JLLawson\Desktop\lawson\AUTOCAD\DMD signature.jpg
PROJECT NO:
DESIGNED BY:
DRAWN BY:
CHECKED BY:
DATE:
SHEET NO:
SHEET TITLE
CO
NS
ULT
AN
TSS
EA
LP
RO
JEC
T N
AM
E
RE
V.
DE
SC
RIP
TIO
N
XXX
XXX
XXX
DA
TEB
Y