Upload
vunhu
View
218
Download
2
Embed Size (px)
Citation preview
Page 1 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
ADDENDUM No. 2 TO: Prospective Bidders FROM: Sadia Khan, Contracts Administrator DATE: May 2, 2017 PROJECT: North Tryon Street Business Corridor Project Project No.: 512-10-039 Bid Number: HC2016-969
The following items are being issued herein for modification and clarification to the Bid Requirements for the project referenced above. All Bidders shall acknowledge this Addendum within their submittal.
MODIFICATIONS
PROJECT MANUAL
1) On page 00 10 00 – 1, change “BID DUE DATE AND TIME” under “INVITATION TO BID” as follows:
BID DUE DATE AND TIME: May 9, 2017, AT 2:00 PM May 23, 2017, AT 2:00 PM
2) Under Section 00 40 00 “ITEMIZED BID”, following items have been modified or deleted:
ADD‐ALTERNATE
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
132 SPGR‐01
Greenroads Certification – Project Requirement Credit
Greenroads Certification
1 LS
133 SPGR‐02 Greenroads Certification – Core Credit 1 LS
The Electronic Itemized Bid Form available at the City’s website has been revised to reflect the above changes.
3) On page 00 40 00 – 10, delete the “COMMERCIAL NON‐DISCRIMINATION CERTIFICATION” in its entirety and replace with the form attached with this Addendum No. 2.
4) On page 00 70 00 – 11, delete the article “2.19 Commercial Non‐Discrimination Policy” in its entirety and replace with the following:
Page 2 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
2.19 Commercial Non‐Discrimination Policy
As a condition of entering into this Contract, the Company represents and warrants that it will fully comply with the City’s Commercial Non‐Discrimination Policy, as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder. As part of such compliance, the Company shall not discriminate on the basis of race, gender, religion, national origin, ethnicity, age, or disability in the solicitation, selection, hiring, or treatment of subcontractors, vendors or suppliers in connection with a City contract or contract solicitation process, nor shall the Company retaliate against any person or entity for reporting instances of such discrimination. The Company shall provide equal opportunity for subcontractors, vendors and suppliers to participate in all of its subcontracting and supply opportunities on City contracts, provided that nothing contained in this clause shall prohibit or limit otherwise lawful efforts to remedy the effects of marketplace discrimination that has occurred or is occurring in the marketplace. The Company understands and agrees that a violation of this clause shall be considered a material breach of this Contract and may result in termination of this Contract, disqualification of the Company from participating in City contracts, or other sanctions.
As a condition of entering into this Contract, the Company agrees to: (a) promptly provide to the City in a format specified by the City all information and documentation that may be requested by the City from time to time regarding the solicitation, selection, treatment and payment of subcontractors in connection with this Contract; and (b) if requested, provide to the City within sixty days after the request a truthful and complete list of the names of all subcontractors, vendors, and suppliers that Company has used on City contracts in the past five years, including the total dollar amount paid by Company on each subcontract or supply contract. The Company further agrees to fully cooperate in any investigation conducted by the City pursuant to the City’s Non‐Discrimination Policy to provide any documents relevant to such investigation that are requested by the City, and to be bound by the award of any arbitration conducted under such Policy.
The Company agrees to provide to the City from time to time on the City’s request, payment affidavits detailing the amounts paid by Company to subcontractors and suppliers in connection with this Contract within a certain period of time. Such affidavits shall be in the format specified by the City from time to time.
The Company understands and agrees that violation of this Commercial Non‐Discrimination provision shall be considered a material breach of this Contract and may result in contract termination, disqualification of the Company from participating in City contracts and other sanctions.
5) On page 00 75 00 – 51, modify the last paragraph of SPU‐13, WATER METER VAULTS as follows:
The quantity of new water meter vaults installed in accordance with the plans and utility provisions herein and accepted, will be measured and paid for at the contract unit price per each for “Water Meter Vault”. Such price and payments will be full compensation for all materials including vault and access door, pipe, fittings, equipment, excavation, labor, removal of existing vault, backfilling, and incidentals necessary to complete the work as required.
6) On page 00 75 00 – 53, modify the last paragraph of SPU‐17, RELOCATE EXISTING WATER METER as follows:
The quantity of water meters installed in accordance with the plans and utility provisions herein and accepted, will be measured and paid for at the contract unit price per each for “Relocate Existing Water Meter”. Such prices and payments will be full compensation for all materials, removal and relocating water meter, pipe, fittings, tapping saddles, equipment, excavation, labor, backfilling, and incidentals necessary to complete the work as required.
Page 3 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
7) On page 00 75 00 – 60, delete the “SPGR‐01, GREENROADS CERTIFICATION – PROJECT REQUIREMENT CREDIT” in its entirety and replace with the following:
SPGR‐01, GREENROADS CERTIFICATION 3/15/2017 SP (Kimley‐Horn and Associates)
1.0 DESCRIPTION Greenroads® Certification THE CITY OF CHARLOTTE is pursuing Greenroads Version 2 Certification on the Project targeting a Silver Rating. The Greenroads Rating System is an internationally‐recognized third‐party sustainability performance management tool that measures environmental, social, and economic performance of design and construction activities on transportation development projects. Certification is administered by Greenroads Foundation, an independent nonprofit corporation. The City is pursuing a project with a total Project Score of 53 for a Silver Rating. The Contractor’s responsibilities are outlined as follows. The Contractor shall establish, implement and maintain the outlined plans and tracking systems during the project to satisfy Greenroads Project Requirement credits as noted in these specifications. The Contractor shall also satisfy and earn points for Core Credits and Extra Credits in accordance with the attached scorecard in the Greenroads Appendix. It is the intent of this specification that the Contractor shall work with the City to achieve the target Silver Rating and will have flexibility in the selecting Core Credits to complete to achieve this target. This item shall include all elements of work covered by the referenced listed Greenroads General Requirements and Greenroads Specifications and the additional information provided herein. 2.0 GREENROADS GENERAL REQUIREMENTS GREENROADS PROJECT MANUAL The City will provide the Contractor with a Greenroads Project Manual with detailed descriptions of project requirements at the beginning of the project. No direct payment will be made for fulfilling the project administrative requirements, and all associated costs will be considered incidental to other items in the contract.
GREENROADS PERFORMANCE TARGETS The City will provide the Contractor with a Greenroads Performance Target scorecard with detailed descriptions of how the Contractor is responsible for helping the Owner reach these targets. The Contractor is encouraged to meet the targets indicated in the scorecard, and is expected to work with the Owner to determine appropriate substitutes or alternate methods to achieve the targets should the Contractor find more appropriate solutions.
GREENROADS TECHNICAL SUPPORT The following contacts will be available for technical support throughout the duration of the project should questions arise concerning Greenroads project specifications or requirements:
Jeralee L. Anderson, Ph.D., P.E., LEED AP Executive Director Greenroads International 425.376.0685 www.greenroads.org www.facebook.com/greenroads
Page 4 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
DEFINITIONS The following terms related to the project plans and specifications are defined as follows:
1. Waste material. Any material that leaves the site and does not come back. Waste material consists of
landfill material, regulated or hazardous materials, and diverted materials. Waste includes municipal solid
waste from consumer products used onsite.
2. Landfill material. Any material that leaves the site and does not come back and is delivered to and
deposited into a landfill facility as waste.
3. Diverted material. Any material that leaves the site and does not come back but does not get delivered to
and processed by a landfill as waste, including recycling and reclamation practices.
4. Regulated or hazardous materials. Any material that is regulated as by the Resource Conservation and
Recovery Act.
5. Recycled content. Any material that is pre‐ or post‐consumer waste product that is used in the final
condition on the job site.
6. Reused content. Any structural material that is located within the boundary. Reused content excludes fill
materials, native soils and other earthworks.
CREDIT DESCRIPTIONS The Owner will provide the Contractor with the latest version of the Greenroads Manual with Credit Descriptions. These Credit Descriptions are to be referenced for the purposes of meeting the requirements of the Greenroads Specifications listed in the following section. Each Greenroads Credit referenced in the Greenroads Specifications is listed with a two‐letter symbol “XX” followed by a numeral “#”. Example is “PR‐1” 3.0 GREENROADS SPECIFICATIONS The Contractor shall provide documentation described in the subsections herein for each of the following items: Project Requirements (Contractor shall complete all four of these items)
1. Quality Control Plan (PR‐7) 2. Pollution Prevention Plan (PR‐8) 3. Waste Management Plan (PR‐9) 4. Noise & Glare Mitigation Plan (PR‐10)
Core Credits (Contractor shall achieve a cumulative score of 20 out of 30 possible points from any combination of the following)
1. Environmental Excellence (CA‐1) (Possible Maximum Score = 3) 2. Workzone Health & Safety (CA‐2) (Possible Maximum Score = 2) 3. Quality Process (CA‐3) (Possible Maximum Score = 3) 4. Equipment Fuel Efficiency (CA‐4) (Possible Maximum Score = 1) 5. Work Zone Air Emissions (CA‐5) (Possible Maximum Score = 1) 6. Work Zone Water Use (CA‐6)(Possible Maximum Score = 3) 7. Accelerated Construction (CA‐7) (Possible Maximum Score = 2) 8. Procurement Integrity (CA‐8) (Possible Maximum Score = 1) 9. Communications & Outreach (CA‐9) (Possible Maximum Score = 1) 10. Fair & Skilled Labor (CA‐10) (Possible Maximum Score = 2) 11. Local Economic Development (CA‐11)(Possible Maximum Score = 1) 12. Recycled & Recovered Content (MD‐2) (Possible Maximum Score = 5) 13. Local Materials (MD‐5) (Possible Maximum Score = 5)
Page 5 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
Project Requirements (Contractor required) Quality Control Plan: Required as part of Credit PR‐7. The Contractor shall provide a Quality Control Plan (QCP). The QCP will be a comprehensive plan containing the following sections:
I. Contract Scope of Work, II. Owner’s Acceptance Criteria, III. Control Procedures and Measures, IV. Tracking and Documentation, and V. Corrective Action and Plan Modification.
The Contractor shall follow the format of the accepted template in the Article 5 ‐ Greenroads Appendix of Section 00 75 00 this Project Manual. Pollution Prevention Plan: Required as part of Credit PR‐8. (Contractor required) The Contractor shall maintain a quality control program following the approved Pollution Prevention Plan which is defined as the Erosion and Sedimentation Control Plan for this project. This program shall be maintained to control erosion, prevent sedimentation and follow provisions/conditions of permits. The quality control program shall:
a. Follow permit requirements related to the Contractor and subcontractors’ construction activities. b. Ensure that all operators and subcontractors on site have the proper erosion and sediment
control/stormwater certification. c. Notify the Engineer when the required certified erosion and sediment control/stormwater personnel
are not available on the job site when needed. d. Conduct the inspections required by the NPDES permit. e. Take corrective actions in the proper timeframe as required by the NPDES permit for problem areas
identified during the NPDES inspections. f. Incorporate erosion control into the work in a timely manner and stabilize disturbed areas with
mulch/seed or vegetative cover on a section‐by‐section basis. g. Use flocculants approved by state regulatory authorities where appropriate and where required for
turbidity and sedimentation reduction. h. Ensure proper installation and maintenance of temporary erosion and sediment control devices. i. Remove temporary erosion or sediment control devices when they are no longer necessary as agreed
upon by the Engineer. j. The Contractor’s quality control and inspection procedures shall be subject to review by the Engineer.
Maintain NPDES inspection records and make records available at all times for verification by the Engineer.
The Contractor shall be held to the requirements of Article 2: City Standard Provisions: 2.8 Sedimentation Pollution
Control Act.
The Contractor shall refer to the Article 6 ‐ NCDENR Certification of Section 00 75 00 of this Project Manual for
further plan requirements.
Waste Management Plan: Required as part of Credit PR‐9. (Contractor required) The Contractor shall implement and maintain a formal Construction and Demolition Waste Management Plan (CMWP). The formal plan shall identify for accounting and management throughout the project duration.
Page 6 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
The Contractor shall follow the format of the accepted template in the Article 5 ‐ Greenroads Appendix of Section
00 75 00 this Project Manual.
Noise & Glare Mitigation Plan: Required as part of Credit PR‐10. (Contractor required)
Information:
The Owner’s Environmental Consultant (Hart & Hickman) completed a Noise Mitigation Plan in 2015. The Noise
Mitigation Plan requirements for the Contractor apply from the Notice to Proceed date of this Contract and extend
to the Project Acceptance date of this Contract.
The Plan includes a Noise Study which indicates “no routine [noise] monitoring” will be required during
construction.
The Plan indicates that construction equipment is not anticipated to significantly affect area noise levels, although
the noise exceeds the City of Charlotte Noise Ordinance limit of 70dBA. OSHA Permissible Noise Exposure for an 8‐
hr shift is 90 dBA.
Requirements: The Contractor shall follow the requirements set forth in the Noise Mitigation Plan provided in the Article 5 ‐ Greenroads Appendix of Section 00 75 00 this Project Manual. The Contractor shall comply with all applicable OSHA regulations associated with this project, including providing hearing protection as needed to ensure exposure rates are below the OSHA 90 dBA limit. The Contractor shall sign section “6.0 Signatures” as acknowledgement of compliance with the plan. Core Credits (Contractor shall achieve a cumulative score of 20 out of 30 possible points from any combination of the following) Environmental Excellence: Credit CA‐1 (Possible Maximum Score = 3) The Contractor shall fulfill the requirements of the following 3 subsections:
I. Environmental Management System II. Environmental Training III. Site Recycling
I. Environmental Management System Information: The Contractor shall furnish documentation of an Environmental Management System (EMS). The EMS must be in place for the duration of the project construction. At a minimum, the EMS shall meet the requirements of International Standards Organization (ISO) 14001:2015. Requirements: The Contractor shall be required to provide only ONE of either Item 1 OR Item 2 below:
1. Documentation of ISO 14001:2015 Certification.
Page 7 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
2. EMS Documentation including: a. Environmental Policy b. Environmental Objectives and Targets c. Identified Regulatory Requirements and Compliance with Requirements d. Defined roles and Responsibilities e. Employee Training Plan f. Listing of Documented Processes g. Preventive Actions h. Corrective Actions i. Emergency Procedures
II. Environmental Training Information: The Owner’s Environmental Consultant (Hart‐Hickman) completed an Environmental Training Plan in 2014. The Owner, Engineer, and other City staff determined by the City’s Project Manager shall provide the required environmental training before and during project construction. Requirements: The Contractor shall follow the requirements set forth in the Environmental Training Plan provided in the Article 5
‐ Greenroads Appendix of Section 00 75 00 this Project Manual.
The required type of training required for Contractor’s Construction Personnel, City Project Manager, Design
Engineer, Project Engineer, City Inspectors, and City Environmental Staff is indicated in Table 1 in the
Environmental Training Plan.
III. Site Recycling Plan
The Contractor shall fulfill the requirements of the Waste Management Plan listed in this specification.
Workzone Health & Safety: Credit CA‐2 (Possible Maximum Score = 2)
The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads.
Quality Process: Credit CA‐3 (Possible Maximum Score = 3)
The Contractor shall fulfill the requirements of the following 3 subsections:
I. Quality Management System
II. Pavement Warranty
III. Pavement Smoothness
Page 8 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
I. Quality Management System Information: The Contractor shall furnish documentation of a Quality Management System (QMS). The QMS must be in place for the duration of the project construction. At a minimum, the QMS shall meet the requirements of International Standards Organization (ISO) 9001:2008 or ISO 9001:2000. Requirements: The Contractor shall provide only one (1) of the following:
1. Documentation of ISO 9001:2008 or ISO 9001:2000 Certification. 2. QMS Documentation including:
a. Quality Policy and Objective b. Quality Manual c. Listing of Documented Procedures d. Listing of Records Retained in Accordance with QMS.
II. Pavement Warranty The Contractor shall adhere to the requirements of Article 2: City Standard Provisions: 2.23 Guarantee, except
where modified by this specification.
The Contractor shall be required to extend the Guarantee period in this Contract for the pavement structure including surface paving and all underlying layers from one (1) year to three (3) years. Areas and/or other work disturbed while accessing and/or repairing/replacing warranty covered items shall be stabilized and repaired at no additional cost to the City.
III. Pavement Smoothness The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the Pavement Smoothness requirements. These are required as part of a Custom Credit which must be provided by Greenroads. Equipment Fuel Efficiency: Credit CA‐4 (Possible Maximum Score = 1) The Contractor shall fulfill the requirements of the following 2 subsections:
I. Fossil Fuel Reduction II. Warm‐Mix Asphalt
I. Fossil Fuel Reduction Information:
The Contractor shall reduce the percentage of fossil fuel used in nonroad construction equipment. The Contractor
shall use biodiesel or another fuel alternative approved by the Owner and Engineer.
Requirements: The Contractor must achieve a 15% fossil fuel reduction for nonroad construction equipment and provide the
following:
Page 9 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
1. The Contractor must submit a signed letter describing the fossil fuel use reduction measure used and the
percentage reduction achieved.
2. The Contractor must maintain a spreadsheet summarizing all fuel receipts used in nonroad construction
equipment for the project. The spreadsheet shall indicate the amount spent and the biofuel (or accepted
alternative) blend used. The Contractor shall provide this spreadsheet with monthly pay applications.
Work Zone Air Emissions: Credit CA‐5 (Possible Maximum Score = 1) The Contractor shall fulfill the requirements of the following 3 subsections:
I. Equipment Emissions Reduction II. Paving Emissions Reduction III. Warm Mix Asphalt
I. Equipment Emissions Reduction Information:
The Contractor shall use nonroad construction equipment that meets or exceeds EPA Tier 4 emissions standards
for nonroad construction equipment.
The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for
information on how to track equipment operating hours for purposes of this specification.
Requirements:
The Contractor must provide documentation that at least 50% of nonroad construction equipment operating
hours are accomplished on equipment meeting or exceeding the EPA Tier 4 emissions standards.
The Contractor shall provide a list of all nonroad construction equipment to be used on the project at the Pre‐
construction Conference to the City’s Environmental Project Manager. The list shall contain the following:
1. Make and model of each piece of equipment.
2. Operating hours associated with the project. 3. Documented evidence that the equipment meets or exceeds EPA Tier 4 emissions standards.
The Contractor shall submit this list with monthly pay applications.
II. Paving Emissions Reduction Information:
The Contractor shall place at least 90% of the hot mix asphalt (HMA) on the job using a paver meeting or exceeding
the National Institute for Occupational Safety and Health (NIOSH) emissions guidelines for roadway pavers [NIOSH
No. 97‐105, April 1997 printing].
Requirements:
The Contractor shall provide the following at the Pre‐construction Conference to the City’s Environmental Project
Manager:
Page 10 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
1. List of all paving equipment to be used on the project
2. Copy of Manufacturing Certification provided with paving equipment when purchased.
The Contractor shall provide a signed statement at substantial project completion referencing the information
provided to the City’s Environmental Project Manager stating only that equipment was used to place at least 90%
of the HMA. The Contractor shall submit this with the final pay application.
Work Zone Water Use: Credit CA‐6 (Possible Maximum Score = 3) Information:
The Contractor shall maintain a spreadsheet that records total water use during project construction. The
spreadsheet shall contain the following for each construction activity requiring water use:
1. Date
2. Location and source of water used.
3. Water source (Potable/Nonpotable).
4. Total amount (gal) of water used.
5. Method of measurement to determine quantity (meter/hose capacity/# of water tanks/pumping rate
over time).
6. Disposal practice for unused water (Storm Drain/storage/ground surface)
7. Water use permit type (hydrant/none)
8. Total water cost ($)
9. Notes
The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for
information on how to track water use during construction for purposes of this specification.
Requirements:
The Contractor shall submit a sample water use tracking spreadsheet at the Pre‐construction Conference for
approval by the City’s Environmental Project Manager.
The Contractor shall submit the water use tracking spreadsheet with each pay application.
Accelerated Construction: Credit CA‐7 (Possible Maximum Score = 2) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. Procurement Integrity: Credit CA‐8 (Possible Maximum Score = 1) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. Communications & Outreach: Credit CA‐9 (Possible Maximum Score = 1) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads.
Page 11 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
Fair & Skilled Labor: Credit CA‐10 (Possible Maximum Score = 2) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. Local Economic Development: Credit CA‐11(Possible Maximum Score = 1) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. Recycled & Recovered Content: Credit MD‐2 (Possible Maximum Score = 5) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. Local Materials: Credit MD‐5 (Possible Maximum Score = 5) The Contractor shall consult with Greenroads (see GREENROADS TECHNICAL SUPPORT; this specification) for the requirements. These are required as part of a Core Credit which must be provided by Greenroads. 4.0 MEASUREMENT There will be no separate measurement made for Greenroads Project Requirements Credit and Core Credit.
5.0 PAYMENT
Project Requirements Credit and Core Credit, are required to be met in full in accordance with the Greenroads
Requirements in order to receive full payment for this item.
There will be no separate payment for the individual items listed or referenced in this specification. Payment will
be “all or nothing” payment for completion of all items in this specification. Progress payments will not be allowed
for this item.
Payment will be made under:
GREENROADS CERTIFICATION…………………………………………………………………………………………………………………………LS
8) On page 00 75 00 – 63, delete the “SPGR‐02, GREENROADS CERTIFICATION – CORE CREDIT” in its entirety.
9) On page 00 75 00 – 148, insert the attached Real Estate Special Provision for Parcel # 67 (Property Address: 117 W. 29th Street, Charlotte, NC).
Page 12 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
DRAWINGS
10) On the DRAWINGS, replace drawing sheet indicated below with the revised drawing sheet included as part of this Addendum No. 2:
SHEET NO DRAWING TITLE
20 OF 34 PLAN SHEETS
QUESTIONS & ANSWERS
1. In regard to the Add Alternate items for the Greenroads Certification, it is our opinion that these should be “allowances” or “incentives” established by the City. They could be all or nothing payments or they could be incremental payments up to a specific amount that would be paid to the Contractor based on how many points are earned towards the Greenroads Certification. This would make an even playing field for all Contractors and if one felt they were confident in achieving the goals, they could adjust their bid accordingly taking into count that they would be paid the incentive amount set by the City?
Answer: The Greenroads bid alternate items have been combined into one LS bid item to be measured and paid for “all or nothing” based on the Contractor working with the City to achieve a target rating of Silver. In addition, the Greenroads SP’s (SPGR‐01 and SPGR‐02) have been combined into one revised SPGR‐01 Special Provision. The revised SPGR‐01 specification indicates the Contractor requirements for the project and clearly specifies requirements for achieving the target project rating. To achieve the target project rating, the Contractor shall achieve a 20 out of possible 30 points from the Core Credits. The Contractor shall provide all documentation required to achieve these points, similar to the intent of the City’s SBE ‘Good Faith Effort’ requirement. The Contractor shall indicate intent to score a given amount of points in the target categories and the resulting score will be determined by the Greenroads organization during final project review. The City project team will evaluate based on the Contractor’s participation and performance whether to award the LS payment in full.
2. Is there any chance of lowering the minority goal on this project? Items included to come up with goal are outside of scope i.e. paint and drywall.
Answer: No. The City established the MBE goal for this project based on the various commodity codes of available city‐certified MBE subcontractors. A prime contractor may select any of these available subcontractors for its bid submission. The NIGP Codes for Drywall and Painting were not used to calculate the overall project goal. Drywall vendors are not on the Vendor list but painting was included to permit a bidder to reach as many SBEs as possible during its outreach.
3. Is there any chance that bid opening for this project could be pushed a couple of weeks?
Answer: Bid opening date has been changed; see modification # 1 of this Addendum No. 2.
4. Item 112, SPU‐17, Relocate Existing Water Meter specification says, "The relocation of the existing water meter may include, but is not limited to, any meters, valves, piping, or fittings. All pipe and fittings necessary to reconnect the water meter to the water main will be considered incidental." Also says, "Such prices and payments will be full compensation for all materials, removal and relocating water meter pipe, fittings, tapping saddles, equipment, excavation, labor, backfilling, and incidentals necessary to complete the work".
Page 13 of 13 Attachment to Addendum No. 2
Revised Itemized Bid Revised Commercial Non‐Discrimination Certification
Real Estate Special Provision for Parcel # 67 Revised Drawing Sheet – 20
City of Charlotte | 600 East Fourth Street | Charlotte, North Carolina 28202 | Phone: 704.336.2291 | Fax: 704.336.4554
The quantities for Items 75 through 92 appear to have been placed in the bid to pay for each component of work needed along with Item 112. The descriptions at each location of work spell this out. Item 108, SPU‐13, Water Meter Vault specification says, " Such prices and payments will be full compensation for all materials including vault and access door, pipe, fittings, equipment, excavation, labor, removal of existing vault, backfilling, and incidentals necessary to complete the work as required." There is Item 130, Remove Existing Meter Vault. Please clarify the specifications for the above items.
Answer: SPU‐13, Water Meter Vaults and SPU‐17, Relocate Existing Water Meter have been modified in this Addendum No. 2.
END OF ADDENDUM NO. 2
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 2
ITEMIZED BID
Project #: 512‐10‐039
Project Name: North Tryon Street Business Corridor Project
SECTION 1: BASE BID
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
1 800 Mobilization 1 LS
2 SP‐01 Comprehensive Grading 1 LS
3 SP‐03 Select Material 1,000 TN
4 226 Undercut Excavation 1,500 CY
5 270 Geotextile for Soil Stabilization 4,000 SY
6 300 Foundation Conditioning Material, Minor Structures
1,080 TN
7 300 Foundation Conditioning Geotextile 10,000 SY
8 SP‐17 Foundation Conditioning Material (# 57 Stone)
700 TN
9 310 15" R.C. Pipe Culverts, Class III 4,037 LF
10 310 18" R.C. Pipe Culverts, Class III 1,037 LF
11 310 24" R.C. Pipe Culverts, Class III 1,891 LF
12 310 30" R.C. Pipe Culverts, Class III 2,764 LF
13 310 36" R.C. Pipe Culverts, Class III 187 LF
14 310 60" R.C. Pipe Culverts, Class III 249 LF
15 SP‐06 10' x 7' Precast Reinforced Concrete Box Culverts
300 LF
16 SP‐06 6' x 9' Precast Reinforced Concrete Box Culverts
150 LF
17 607 Milling Asphalt Pavement, 0.0" to 3.0" 16,565 SY
18 610 Asphalt Concrete Base Course, Type B 25.0C
6,000 TN
19 610 Asphalt Concrete Surface Course, Type S 9.5B
6,080 TN
20 610 Asphalt Concrete Intermediate Course, Type I 19.0C
8,300 TN
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 3
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
21 620 Asphalt Binder for Plant Mix 917 TN
22 654 Asphalt Plant Mix, Pavement Repair 700 TN
23 815 Geotextile for Subsurface Drains 1,445 SY
24 815 Subdrain Excavation 450 CY
25 815 Subdrain Fine Aggregate 250 CY
26 815 4" Perforated Subdrain Pipe w/Stone & Filter Fabric (815.03)
1,445 LF
27 840 Masonry Drainage Structures, NCDOT Std 840.01 Catch Basin
115 EA
28 840 Masonry Drainage Structures, Additional Depth
244 LF
29 840 Masonry Drainage Structures, NCDOT Std 840.14 Drop Inlet
13 EA
30 840 Masonry Drainage Structures, NCDOT Std 840.31 Junction Box
14 EA
31 840 Masonry Drainage Structures, NCDOT Std 840.34 Traffic Bearing JB
8 EA
32 840 Frame with Grate (all types) 150 EA
33 846 1' 6" Concrete Curb and Gutter 1,936 LF
34 846 6" X 18" Concrete Curb 200 LF
35 846 2' 6" Concrete Curb and Gutter 19,935 LF
36 848 4 " Concrete Sidewalk or pad 11,420 SY
37 848 6" Concrete Driveways 4,060 SY
38 SP‐18 6" Concrete Wheelchair Ramps 690 SY
39 SP‐10 Brick Pavers for Sidewalk 450 SF
40 852 Monolithic Concrete Islands, 5" 200 SY
41 SP‐08 Wall, Precast Modular Block Retaining 180 SF
42 SP‐07 Cast In Place Retaining Wall, Class A 850 SF
43 SP‐09 Masonry Steps 2 CY
44 858 Adjustment of Manholes 33 EA
45 858 Adjustment of Meter Boxes or Valve Boxes
74 EA
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 4
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
46 862 Steel Beam Guardrail 511 LF
47 862 Guardrail Anchor Units, Type CAT‐1 2 EA
48 862 Guardrail Anchor Units, Type 350 2 EA
49 867 Wooden Fence Reset / Relocate 75 LF
50 SP‐05 Safety Rail, Metal CLDS 50.04 979 LF
51 876 Riprap (Class A, Class B, Class I & Class II) 370 TN
52 SPL‐12 Topsoil 510 SY
53 SPSRW‐11 Pump Around Operation 1 LS
54 901 Contractor Furnished, Type E Sign 275 SF
55 903 Supports, 2‐lb (3 kg) Steel U‐Channel 247 LF
56 SP‐04 Traffic Control 1 LS
57 1205 Paint, Temporary, 4" 15,000 LF
58 1205 Paint, Temporary, 8" 2,400 LF
59 1205 Paint Pavement Marking Stop Bars, 24" 1,200 LF
60 1205 Paint Pavement Marking Symbols 30 EA
61 1205 Thermoplastic Pavement Marking Lines, 4", 90 mils
3,157 LF
62 1205 Thermoplastic Pavement Marking Lines, 8", 90 mils
1,050 LF
63 1205 Thermoplastic Pavement Marking Lines, 24", 120 mils
746 LF
64 1205 Thermoplastic Pavement Marking Lines, 4" White Solid Lines (90 Mils)
10,166 LF
65 1205 Thermoplastic Pavement Marking Lines, 4" White Mini‐Skip (90 Mils)
735 LF
66 1205 Thermoplastic Pavement Marking Lines, 4" White Skip Lines (90 Mils)
10,908 LF
67 1205 Thermoplastic Pavement Marking Symbols, 120 mils
120 EA
68 1251 Permanent Raised Pavement Markers 331 EA
69 SP‐13 Traffic Signal Cabinet Base 4 EA
70 SP‐14 CDOT Pedestrian Signal Base 12 EA
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 5
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
71 SP‐15 Pull Box, CDOT, (13" x 24" x 12") 47 EA
72 SP‐16 Conduit, PVC, 2", Schedule 80 9,300 LF
73 SPU‐01 Foundation Conditioning Material, Utilities Class III
800 TN
74 SPU‐02 Bedding Material, Utilities Class II 800 TN
75 SPU‐03 ¾” Copper Water Tubing, Type K 348 LF
76 SPU‐03 1” Copper Water Tubing, Type K 38 LF
77 SPU‐03 2” Copper Water Tubing, Type K 165 LF
78 SPU‐03 5/8" Copper Water Tubing, Type K 100 LF
79 SPU‐03 1 1/2" Copper Water Tubing, Type K 82 LF
80 SPU‐04 3/4"x12" Tapping Saddle 3 EA
81 SPU‐04 5/8"x8" Tapping Saddle 1 LF
82 SPU‐04 5/8"x12" Tapping Saddle 1 EA
83 SPU‐04 3/4"x6" Tapping Saddle 1 EA
84 SPU‐04 3/4"x8" Tapping Saddle 6 EA
85 SPU‐04 1"x12" Tapping Saddle 1 EA
86 SPU‐04 1 1/2"x12" Tapping Saddle 2 EA
87 SPU‐04 2"x6" Tapping Saddle 1 EA
88 SPU‐04 2"x12" Tapping Saddle 2 EA
89 SPU‐05 3/4" Corporation Stop 10 EA
90 SPU‐05 5/8" Corporation Stop 1 EA
91 SPU‐05 1" Corporation Stop 1 EA
92 SPU‐05 1 1/2" Corporation Stop 2 EA
93 SPU‐06 2" PVC Water Pipe 98 LF
94 SPU‐07 6" Restrained Joint DIP, PC 350 676 LF
95 SPU‐07 8" Restrained Joint DIP, (PC 350) 2,358 LF
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 6
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
96 SPU‐07 12" Restrained Joint DIP, PC 350 94 LF
97 SPU‐08 DI Restrained Joint Water Pipe Fittings 10,431 LBS
98 SPU‐09 2" Gate Valve 1 EA
99 SPU‐09 6" Gate Valves 13 EA
100 SPU‐09 8" Gate Valve 8 EA
101 SPU‐09 3/4" Gate Valve & Valve Box (Direct Bury)
1 EA
102 SPU‐10 8" Line Stop 3 EA
103 SPU‐10 6" Line Stop 7 EA
104 SPU‐10 12" Line Stop 1 EA
105 SPU‐10 2" Line Stop 2 EA
106 SPU‐11 8"x2" Tapping Sleeve & Valve Assembly 2 EA
107 SPU‐12 Water Meter Box 13 EA
108 SPU‐13 Water Meter Vault 19 EA
109 SPU‐14 Abandon & Remove Existing Fire Hydrant 7 EA
110 SPU‐15 Proposed Fire Hydrant 7 EA
111 SPU‐16 Proposed/Relocate Existing Fire Hydrant 4 EA
112 SPU‐17 Relocate Existing Water Meter 20 EA
113 SPU‐18 Adjust Fire Hydrant 4 EA
114 SPU‐18 Adjust Existing Water Vault 5 EA
115 SPU‐18 Adjust Water Valve 48 EA
116 SPU‐18 Adjust Existing Sanitary Sewer Manhole 31 EA
117 SPU‐18 Adjust Existing Water Manhole 1 EA
118 SPU‐18 Convert to Dolis Lid & Sealed Frame & Cover (Watertight)
12 EA
119 SPU‐19 8" DIP, PC 350 377 LF
120 SPU‐19 10" DIP Sanitary Sewer Main (Pressure Class 350)
114 LF
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 7
ADDENDUM # 2
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
121 SPU‐20 8" Sanitary Sewer Manhole Outside Drop Assembly
48 VF
122 SPU‐20 Precast Concrete Sanitary Sewer Manhole (4‐foot Diameter)
8 EA
123 SPU‐21 Fill or Remove Abandoned 10" Pipe 114 LF
124 SPU‐21 Fill or Remove Abandoned 12" Pipe 80 LF
125 SPU‐21 Fill or Remove Abandoned 2" Pipe 1,906 LF
126 SPU‐21 Fill or Remove Abandoned 6" Pipe 622 LF
127 SPU‐21 Fill or Remove Abandoned 8" Pipe 2,647 LF
128 SPU‐21 Breakdown, Remove, & Fill Existing Sewer Manhole
3 EA
129 SPU‐21 Remove Existing Sewer Manhole 7 EA
130 SPU‐21 Remove Existing Meter Vault 27 EA
131 SPU‐22 Sanitary Sewer Bypass Pumping 1 LS
Subtotal
10% Contingency
Total Base Bid
ADD‐ALTERNATE
Item # Section # Description Qty Unit Unit Price ($) Amount Bid ($) (Qty x Unit Price)
132 SPGR‐01 Greenroads Certification 1 LS
Do not include any North Carolina Sales and Use Tax that
qualifies as Eligible Taxes per Section 00 70 00, Subsection 2.17 “Sales and Use Tax”.
Project #: 512‐10‐039 Division 00 ‐ Procurement & Contracting RequirementsProject Name: North Tryon Street Business Corridor Project
BID FORM AND SUPPLEMENTS Initials: _______ 00 40 00 ‐ 10
ADDENDUM # 2
COMMERCIAL NON‐DISCRIMINATION CERTIFICATION
Project: North Tryon Street Business Corridor Project
Name of Company (Bidder):
The undersigned Bidder hereby certifies and agrees that the following information is correct: 1. In preparing the enclosed bid, the Bidder has considered all bids submitted from qualified, potential
subcontractors and suppliers and has not engaged in discrimination as defined in Section 2.
2. For purposes of this certification discrimination means discrimination in the solicitation, selection, or treatment of any subcontractor, vendor or supplier on the basis of race, ethnicity, gender, age, religion, national origin, or disability or any otherwise unlawful form of discrimination. Without limiting the foregoing, discrimination also includes retaliating against any person or other entity for reporting any incident of discrimination.
3. Without limiting any other remedies that the City may have for a false certification, it is understood and agreed that, if this certification is false, such false certification will constitute grounds for the City to reject the bid submitted with this certification and terminate any contract awarded based on such bid. It shall also constitute a violation of the City’s Commercial Non‐Discrimination Ordinance and shall subject the Bidder to any remedies allowed thereunder, including possible disqualification from participating in City contracts or bid process for up to two years.
4. As a condition of contracting with the City, the Bidder agrees to promptly provide to the City all information and documentation that may be requested by the City from time to time regarding the solicitation and selection of subcontractors in connection with this solicitation process. Failure to maintain or failure to provide such information shall constitute grounds for the City to reject the bid submitted by the Bidder and terminate any contract awarded on such bid. It shall also constitute a violation of the City’s Commercial Non‐Discrimination Ordinance and shall subject the Bidder to any remedies allowed thereunder.
5. As part of its bid, the Bidder shall provide to the City a list of all instances within the past ten years where a complaint was filed or pending against the Bidder in a legal or administrative proceeding alleging that the Bidder discriminated against its subcontractors, vendors or suppliers, and a description of the status or resolution of that complaint, including any remedial action taken.
6. As a condition of submitting a bid to the City, the Bidder agrees to comply with the City’s Commercial Non‐Discrimination Policy as described in Section 2, Article V of the Charlotte City Code, and consents to be bound by the award of any arbitration conducted thereunder.
By:
Signature of Company’s Authorized Representative
Title: Date:
Revised at 4/27/2017
PROJECT NAME: North Tryon Business Corridor PROJECT NUMBER: PM51210039 PARCEL NUMBER: 67 TAX I.D. NUMBER: 079-088-06 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG
SPECIAL PROVISIONS: This Agreement is entered into this day of , 201 by and between Reza Shirzad and Frouzan Shirzad, Property Owners and the CITY OF CHARLOTTE. Property Address: 117 W. 29th Street, Charlotte, NC To Be Honored In The Event of Condemnation Access:
1. The City of Charlotte and/or its Contractor(s) will maintain circular access from two ingress/egress locations along W. 29th Street for trucks during construction of the above reference project.
a. The first ingress/egress location will utilize the existing asphalt driveway and part of a 20 FT existing access easement that is partially located on City of Charlotte property. Initially, this new ingress/egress location will consist of a temporary driveway with stone until such time as the permanent driveway can be constructed. After completion of the retaining wall and connector road the new driveway will have asphalt placed inclusive of the new driveway area that will be within the existing 20 FT access easement partially on Reza Shirzad’s property.
b. The second ingress/egress location will be constructed within the unopened N. Church Street Right of Way and will consist of compacted stone. This ingress/egress location will be constructed as part of the initial construction on the property.
c. During the retaining wall construction, it is anticipated the first ingress/egress location will experience some temporary closures. These closures will be coordinated with the owner.
d. The City of Charlotte and/or contractor(s) will coordinate with Reza Shirzad, Phone 704-724-7989 and/or Ali Shirzad 704-661-6549.
Fencing:
2. At the first ingress/egress location the City of Charlotte and/or its Contractor(s) shall
remove and then reset the existing (Approximately 6’) “chain link fence with additional 4 strands of barbed wire and existing gate(s)” following the completion of construction on the above referenced parcel.
a. If the existing fence cannot be utilized, then the Contractor shall replace the existing fence with “like/kind” materials. Said fence shall be appropriately tied in to existing side yard fence(s,) if applicable.
3. At the first ingress/egress location the City of Charlotte and/or its Contractor(s) shall
provide and maintain a temporary secure 6 ft. chain link fence with additional 4 strands of barbed wire and gates(s), throughout the duration of construction upon the above referenced property to properly secure the property, and prior to the removal of the property owners existing fence (described in Item 2 above) and before construction starts on said parcel.
a. The permanent fence and gate(s) described in Item 2 above, shall be installed prior to the removal of the temporary construction fence on the above referenced property.
PROJECT NAME: North Tryon Business Corridor PROJECT NUMBER: PM51210039 PARCEL NUMBER: 67 TAX I.D. NUMBER: 079-088-06 STATE OF NORTH CAROLINA COUNTY OF MECKLENBURG
SPECIAL PROVISIONS (Continued) 4. At the second ingress/egress location (North Church Street 40 FT Public Right of Way)
part of existing chain link fencing along the owners property line will be removed and replaced with gated access.
By this agreement, the Parties desire to formalize and complete these certain matters.
Property Owner(s): _______________________________________________ Project Manager for the City of Charlotte: Agent for the City of Charlotte: .
APPR
OV
ED
BY
CA
D F
ILE
PA
TH
PR
EPA
RE
D B
YC
HE
CK
ED
BY
DA
TE
JOB
NO
.SC
AL
E
OF
SH
EE
TN
O.
DA
TE
BY
DE
SCR
IPT
ION
NO
RT
HT
RY
ON
STR
EE
TB
USI
NE
SSC
OR
RID
OR
SEAL
Plan
sPre
pare
dBy
:
200
Sout
hT
ryon
Stre
et,S
uite
200
Cha
rlot
te,N
C28
202
NC
Lic
ense
#F-0
102
C20
17
20
PLA
NSH
EETS
R
34
N/A
9/1
8/1
5JM
RR
EM
OV
ED
BO
JAN
GLE
SD
/W
N/A
9/1
8/1
5JM
RP
AR
CE
L67
:RE
TA
ININ
GW
ALL
N/A
5/2
5/1
6JM
RP
AR
CE
L67
:RE
TA
ININ
GW
ALL
FIL
L