
City of Hesperia Gateway to the High Desert ADDENDUM NO. 2 Project: “G” Avenue Rail Lead Track & Channel Project: Phase II – CO No: 7108 Lead Track Construction and Drainage Channel Construction NOTICE TO ALL CONTRACTORS BIDDING THIS WORK You are hereby notified of the following changes to Resolution 97-75. Such changes are hereby made part of the plans and specifications and shall take precedence over anything to the contrary therein. CHANGES AND CLARIFICATIONS: ANNOUNCEMENTS: 1. City Hall offices will be closed for the Holidays beginning Thursday, December 23, 2010 to re-open on Monday, January 3, 2011. CHANGES: 2. The deadline for submitting questions of December 30, 2010 at 5:30 p.m. shall be changed to January 6, 2011 at 5:30 p.m. 3. The bid opening date of January 6, 2011 at 2:00 p.m. shall be changed to January 13, 2011 at 2:00 p.m. CLARIFICATIONS/CHANGES – The following are in response to RFI’s received and/or questions from the mandatory pre-bid meeting: General - 4. Page GP-5 of the City of Hesperia General Provisions, Section 2, Scope and Control of Work;2-3.2, Self Performance shall be amended as follows: The Contractor shall perform, with its own organization, Contract work amounting to at least 50% of the Contract Price: shall be revised to read 30% of the Contract Price. Mike Leonard, Mayor 9700 Seventh Ave Russell Blewett, Mayor Pro Tem Hesperia, CA 92345 Paul Bosacki, Council Member 760-947-1000 Bill Holland, Council Member TD 760-947-1119 Thurston “Smitty” Smith, Council Member Mike Podegracz, City Manager www.cityofhesperia.us City of Hesperia 5. Can Mojave Street be closed during construction of the double barrel culvert at STA 24+02.00, the double 10’x6’ RCB box culvert at STA 24+63.33 and the railroad crossing at approximate STA 38+50? Yes, Mojave Street can be temporarily closed during the installation of the double barrel culvert, RCB box culvert and railroad crossing. Once installation of the railroad crossing is complete, Contractor shall not re-open Mojave Street until the signals for the crossing have passed inspection. When closures occur, Contractor is responsible for providing a traffic control plan in accordance with MUTCD and performing traffic control in compliance with the plan and MUTCD. Any detours shall be on paved roads, not dirt roads. The traffic control plan shall be submitted to the City for approval prior to implementing the plan. The City will also be installing a temporary four way stop at the intersection of Mojave Street and “G” Avenue for the duration of construction to alleviate the need for flagmen. Construction equipment and other construction traffic will be required to obey the four way stop. 6. The three apparent lowest bidders will be required to complete and submit to the City, the Good Faith Effort form within three (3) working days of the bid opening or the contractor’s bid will be deemed non-responsive. With the bid opening date of January 13, 2011, the deadline for submitting the aforementioned form shall be by close of business (5:30 p.m.), Tuesday January 18, 2011. 7. Who is performing the inspection and testing for signals at crossing? This will be a collective effort from BNSF, CPUC and the City’s contracted consultant, Parsons. 8. Type of railroad switch (turn-out) specifications; is it a BNSF standard turn-out, or industrial turn-out? BNSF standard as shown on plans. See sheets C5-1 through C5-9 or approved alternative. 9. Are wood ties, or concrete ties required? Both wood ties and concrete ties are required. Refer to the plans and specifications. 10. How many trains per day run on the BNSF Cushenbury Branch Line? One train per day. 11. Is paving on Mauna Loa and Hercules included with this phase? No. Paving on Mauna Loa and Hercules is not included with this phase of the project. City of Hesperia 12. Reference Contractor’s Proposal, page CP-6, “Listing of Manufacturer’s and Suppliers” form: What materials are to be listed on this form? Is there a minimum dollar amount for a material to be listed? Please clarify what materials are required to be listed on this form. The intent is to list the major material components including, but not limited to pipe, concrete, asphalt, and steel. List items with total cost greater than $1000.00 or items with lead time in excess of 3 months. Specifications - 13. Reference Section 703, Contractor General Safety Requirements: If railroad flagging is required; will it be provided at no cost to the Contractor? If not, what is the rate for a railroad flagger? Contractor will be responsible for coordination and payment of the flagman. Normal fees for the flagman run on average $800 per day. 14. Reference Section 706, Ballast, Part 4.1: Indicates that ballast will be measured and paid for by the ton. However, there is no Bid Item for Ballast. How is it to be paid for? The ballast will be measured and paid for by track feet. The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the change. 15. Reference Section 707, Continuously Welded Rail, Part 3.1.B.: This paragraph says to fabricate CWR off-site. Is it acceptable to have 80’ pieces of rail delivered to the project site and flash-butt weld the 80’ pieces into CWR strings on the site? Yes, Contractor may deliver rail to the site and flash-butt weld them on site. However, Contractor will need to submit flash-butt welding procedure to the City representative for review 6 weeks prior to flash-butt weld operations. 16. Reference Section 708, Wood Ties, Part 4.2: This paragraph says wood ties will be paid for at the Contract Unit Price in the Schedule of Quantities. There is no bid item for Wood Ties in the Schedule. How are they to be paid for? The components of the wood ties will be measured and paid by track fee. The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the change. 17. Reference Section 710, Field Welding Rail, Part 4: This paragraph says Field Welds will be measured and paid per each. There is no item on the Schedule of Quantities for Field Welds. How are they to be paid for? Field welds will be measured and paid per each. The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the change. 18. Reference Section 713, Rail Destressing, Part 2.01.A.: This paragraph says Contractor to submit, with the bid, a proposed list of track construction equipment to be used but there is no form in the documents to be submitted with the bid for this equipment. Is it acceptable that the successful Contractor on this project submit this list of equipment prior to starting construction on the project? City of Hesperia Yes, the contractor shall submit the list of track construction equipment at least 72 hours before the pre-construction meeting (TBD). 19. Reference Section 713, Rail Destressing, Part 2.07 E., Resilient Rail Fastening System and Part 2.07 F., Standard Fastening System: Where wood ties are to be used in the track, is the Resilient or Standard Rail Fastening System required? Resilient Fastening System is required on wood ties. 20. Reference Section 713, Rail Destressing, Part 2.11, Insulated Joints: Other than within the limits of the turnouts, are there any other insulated joints required? If so, where are they located? Besides the insulated joints within the limits of the turnouts, there are no other insulated joints required. Bid Items – 21. Reference former Bid Item #4, Switch Stand on the Schedule of Unit Cost and Lump Sum Amounts: The bid quantity for this item is 3 EA. There are two #11 turnouts required in this project. Where is the 3rd switch stand required? Besides the two #11 turnouts, there is a split point derail that will require a switch stand. 22. Reference former Bid Item #7, Concrete Crossing Panels on the Schedule of Unit Cost and Lump Sum Amounts: Is the track work at the crossings paid for under Bid Item #7, or is the track work paid under Bid Item #1, Track? Track work is paid under Bid Item #1, Track. Bid Item #7, Concrete Crossing Panels, is only the crossing panels and related crossing panel items. 23. Reference former Bid Item #9, Railroad Crossing Materials on the Schedule of Unit Cost and Lump Sum Amounts: Does this item include installation of the crossing signal materials or just the materials? Where are the material specifications for this item? This item includes two #9 crossing gates, signal house, coordination and installation of electrical drop and any other incidental work needed to complete the crossing in place. Section 1300 – AT-GRADE CROSSING SIGNAL Specifications shall hereby be made a part of the Contract Documents and Specifications. Section 1300 is attached. 24. Former Bid Item #9, Railroad Crossing Materials: The quantity for this item is 2 Lump Sum. Clarify if this should be 2 Lump Sum or 1 Lump Sum. The quantity for this item is 1 Lump Sum. The Schedule of Unit Cost and Lump Sum Amounts has been revised to reflect the change. 25. Reference former Bid Item # 18, Asphalt Concrete Removal and Disposal: We cannot find anywhere in the drawings that indicate asphalt removal. City of Hesperia See attached revised Drawing Sheet # C4-1. Revisions have been made to incorporate the removal. 26. Reference former Bid Item #27, Concrete for Drop Structures is for 26 CY.
Details
-
File Typepdf
-
Upload Time-
-
Content LanguagesEnglish
-
Upload UserAnonymous/Not logged-in
-
File Pages95 Page
-
File Size-