DALLAS AREA RAPID TRANSITDALLAS AREA RAPID TRANSIT DALLAS,
TEXAS
AMENDMENT OF SOLICITATION 1. SOLICITATION NO.:
B-1020803
3. EFFECTIVE DATE:
August 5, 2011
4. BRIEF SOLICITATION DESCRIPTION: Deck Cracking Repair for TRE
Grade Separation Bridge
5. REVISED OFFER SUBMISSION DUE DATE AND TIME: (Note: Unless
identified below, this solicitation amendment does not change the
Offer Submission Date and Time.) The date and/or time specified for
receipt of offers is changed as follows: DATE:
TIME: 6. REVISED PRE-BID/PROPOSAL CONFERENCE: (Note: Unless
identified below, this solicitation amendment does not change the
Pre-Bid/Proposal Conference, if a conference is scheduled.) The
scheduled pre-bid/proposal conference: DATE: TIME: LOCATION: 7.
AMENDMENT OF SOLICITATION:
The Solicitation identified in Block 1, above, is hereby amended as
described in Block 11, below. Except as provided herein, all other
provisions of the solicitation, or as heretofore amended, remain
unchanged and in full force and effect.
8. REQUIREMENT TO ACKNOWLEDGE AMENDMENT: Offerors must acknowledge
receipt of this amendment prior to the deadline specified in the
solicitation for receipt of offers by one of the following methods:
a. By signing this amendment in Block 9, below, and returning one
signed copy; b. By acknowledging receipt of this amendment on the
Solicitation, Offer and Award form; or, c. By separate letter or
telegram that includes a reference to this solicitation and
amendment number.
WARNING: Failure of an Offeror to acknowledge receipt of this
Amendment, as described herein, may result in REJECTION OF THE
OFFER. NOTE: For Invitations for Bids the terms "Offer" and
Offeror" shall mean "Bid" and "Bidder", respectively; and for
Requests for Proposals the terms "Bid" and "Bidder" shall mean
"Offer" and "Offeror", respectively, in this solicitation and any
associated exhibits.
9. OFFEROR'S ACKNOWLEDGEMENT OF AMENDMENT: Name & Title:
____________________________________ Signed Acknowledgment:
____________________________ (Print/Type)
Offeror:__________________________________________ Date
Acknowledged: _____/_____/_____ 10. FOR FURTHER INFORMATION CALL:
Name: Cedric D. Seay, Contracts Specialist Telephone No.: (214)
749-2807
11. DESCRIPTION OF AMENDMENT:
1. List of Firms that Requested the Specifications 2. Attendees
List from the Pre-Bid Conference 3. PowerPoint Presentation from
the Pre-Bid Conference 4. Revised Exhibit D 5. Revised Exhibit J
(Drawings) 6. Responses to Exhibit O, Solicitation Question
Submission Form
Page 1 of 1
B-1020803: Deck Cracking Repair for TRE Grade Separation Bridge
Amendment No. 3
Changes
To Page Descriptive Changes
Exhibit D 2 2 The date was changed from “September 15, 2011” to
“August 25, 2011” within the provision entitled “Contract Award”.
Remove page 2 and replace with “Amendment 3, Exhibit D page
2”.
Exhibit D 3 3 Language was added as subparagraph (a)(5) for the
provision entitled “Construction Planning”. Remove page 3 and
replace with “Amendment 3, Exhibit D page 3”.
Exhibit D 3 3 Language was added as subparagraph (f) for the
provision entitled “Construction Planning”. Remove page 3 and
replace with “Amendment 3, Exhibit D page 3”..
Exhibit D 3 3 Language was added as subparagraphs (g)(1) and (g)(2)
for the provision entitled “Construction Planning”. Remove page 3
and replace with “Amendment 3, Exhibit D page 3”.
Exhibit D 3 3 Language (3rd sentence) has been added within the
provision entitled “Contractor Staging Areas”. Remove page 3 and
replace with “Amendment 3, Exhibit D page 3”.
Exhibit J - Drawings Sheet 7a Sheet 7a This sheet is provided as
“for information only” in supplement to Sheet 7. Add “Amendment 3,
Exhibit J – Drawings, Sheet 7a”.
Exhibit J - Drawings Sheet 9a Sheet 9a This sheet is provided as
“for information only” in supplement to Note 3 of Sheet 9. Add
“Amendment 3, Exhibit J – Drawings, Sheet 9a”.
Exhibit J - Drawings Sheet 9b Sheet 9b This sheet is provided as
“for information only” in supplement to Note 3 of Sheet 9. Add
“Amendment 3, Exhibit J – Drawings, Sheet 9b”.
CONTACT NAME COMPANY NAME
PRIME BIDDER OR
SUB? MBE, WBE, DBE??? CONTACT # EMAIL
1 PAM DAVIS GIBSON & ASSOCIATES PRIME
972.557.1199
[email protected]
2 TREY MEADOR GIBSON & ASSOCIATES PRIME
972.557.1199
[email protected]
3 CATHY GALINA
RAM CONSTRUCTION SERVICES OF MICHIGAN
734.437.6282
[email protected]
4 HAROLD HALL BELZONA PRIME 877.432.6730
[email protected]
5 MICKEY WHALEN SOUTHWEST CONSTRUCTION SERVICES
PRIME 214.879.9948
[email protected]
B1020803: Deck Cracking Repair for TRE Grade Separation Bridge
LIST of FIRMS that REQUESTED the SPECIFICATIONS
DALLAS AREA RAPID TRANSIT
5 MICKEY WHALEN SOUTHWEST CONSTRUCTION SERVICES
PRIME 214.879.9948 mwhalen@sw construction.com
6 VIOLET LEE iSqFt and AGC/TEXO plan room
PLAN ROOM 800.364.2059 x8304
[email protected]
7 WALT JOHNSTON
BRAZOS RESTRORATION & WATERPROOFING PRIME
972.935.1177
[email protected]
8 JOHN DURANT/BRISA BUENO
JOHN DURANT'S CONSTRUCTION SERVICES 214.710.4468
[email protected]
9 BREA PLUM CONSTRUCTION DATA COMPANY PLAN ROOM
800.872.7878 x2445
[email protected]
10 BRETT BAKER TEXAS CONCRETE RESTORATION, INC.
PRIME 972.291.8254
[email protected]
11 PETE HAVERON
TEXAS CONCRETE RESTORATION, INC. PRIME
[email protected]
12 CHRISTIAN HALL
ALPHA INSULATION AND WATERPROOFING 972.446.2600
[email protected]
13 TELISSA TOWNSEND VENDIGM COMPANIES PRIME
817.496.5220
[email protected]
14 JOHN BONE SR. VENDIGM COMPANIES PRIME
817.496.5220
[email protected]
CONTACT NAME COMPANY NAME PRIME BIDDER
OR INDICATE TRADE? MBE, WBE, OR DBE???
CONTACT # EMAIL
1 WALTER JOHNSON
BRAZOS RESTORATION & WATERPROOFING PRIME
972.935.1177
[email protected]
2 MICKEY WHALEN SOUTHWEST CONSTRUCTION SERVICES
PRIME 214.879.9948
[email protected]
3 JOHN BONE VENDIGM COMPANIES PRIME 817.718.1095
[email protected]
4 JOHN BONE SR. VENDIGM COMPANIES PRIME 817.929.3508
[email protected]
5 STEVEN HALLMAN VENDIGM COMPANIES PRIME 214.546.1755
[email protected]
6 HAROLD HALL BELZONA PRIME 972.365.2656
[email protected]
7 RANDLE HOWARD R.D. HOWARD CONSTRUCTION PRIME
MBE, DBE, HUB 817.921.1401
[email protected]
B1020803: Deck Cracking Repair for TRE Grade Separation Bridge
PREBID CONFERENCE AUGUST 3, 2011
DALLAS AREA RAPID TRANSIT
9 BRETT BAKER TEXAS CONCRETE RESTORATION, INC.
PRIME 972.291.8254
[email protected]
10 CEDRIC D. SEAY
DALLAS AREA RAPID TRANSIT 214.749.2807
[email protected]
11 GERARD GRIGSBY
DALLAS AREA RAPID TRANSIT
12 JEFF HAYNES DALLAS AREA RAPID TRANSIT
13 JOHN GAULT DALLAS AREA RAPID TRANSIT
14 JORGE ESPINOSA DALLAS AREA RAPID TRANSIT
214.749.2978
[email protected]
15 NERY ARMBRUSTER
DALLAS AREA RAPID TRANSIT
16 PATRICK POWERS
DALLAS AREA RAPID TRANSIT
17 ALI RABIEE DALLAS AREA RAPID TRANSIT
18 WILLIAM STINSON
DALLAS AREA RAPID TRANSIT
19 JOHN HORNEY TRINITY RAILWAY EXPRESS
Solicitation Number B-1020803 August 3, 2011
Welcome to the Pre-Bid
Conference for the Deck
Grade Separation Bridge
Pre-Bid Conference Agenda
• Project Overview
• Risk Management - Nery Armbruster, Risk Management Analyst
• Environmental Compliance - Jeff Haynes, Environ. Compl. Project
Manager
• DEO (Goals) - Gerard Grigsby, Economic Opportunity
Specialist
• Quality Control - Patrick Powers, Manager of Quality
Assurance
• Review of Solicitation Documents - Cedric Seay / Jorge Espinosa,
Contract
Specialists
• Questions
Purpose
identify potential problems concerning this solicitation.
Instructions
• Please sign the attendance sheet.
• If you need a copy of a solicitation package, you must
register as a DART vendor in the Vendor business
Center. If you do not register, you will not receive critical
future information such as amendments.
• Questions, answers, statements made during the conference shall
not change or modify the solicitation unless they are issued as a
written amendment to the solicitation.
Instructions (continued)
that need more research may be answered in a future
amendment to this solicitation.
the exhibit/paragraph/page.
Project Overview
• 8,236-foot long double track bridge.
• Active TRE and freight railroad service over bridge.
• Work includes (but not limited to):
• Application of specified sealant materials to the deck, haunch,
walkway and parapet areas for the purpose of sealing cracks.
• Remove efflorescence from concrete. • Stain concrete. • Remove
ballast retainer.
• Access is currently limited to only the east end of the
bridge.
• Complete coordinated work on bridge to facilitate operations of
both tracks.
• First Milestone no later than October 30, 2011 to allow for track
installation on Main 1 by track contractor.
approx. 53 weekday TRE trains approx. 23 Saturday TRE trains
no Sunday service
Bridge Components
Exterior of Bridge
Exterior of Bridge
Exterior of Bridge
Safety 1) Drug Testing: 5-Panel (Non-DOT, Urinalysis) required
within 10 business days before accessing TRE property. Provide DART
Name of Individual, Date Tested, Laboratory tested at, and Specimen
ID Number.
2) Roadway Worker Protection (RWP): Must be trained before starting
project. Or have completed RWP training within last year.
3) TRE "Flagger" must be on-site and give "Job Briefing" before
beginning work..each day
4) PPE: Hard Hat, Steeled Toed Boots, Orange Safety Vest, Safety
Glasses,
5) Project Safety "Submittals", (See Exhibit M, Section 2,2 ,Work
Preparation)
6) Project Designated "Safety Supervisor": Need Résumé to verify
qualifications
Risk Management - Contract Insurance
Requirements General Liability - $1MM per occurrence, $2MM
aggregate. DART,
The T, Railroads and Herzog Transit need to be listed as additional
insureds.
Automobile Liability - $1MM per occurrence. DART and other entities
need to be listed as additional insureds.
Workers Compensation - Statutory benefits and $500K Employers
Liability. Employer Indemnity type policies will NOT be accepted.
Required from Prime & Subcontractors working on site. Waiver of
subrogation in favor of DART and other entities.
Umbrella Liability - $4MM per occurrence.
Railroad Protective - $2MM/$6MM
Copies of endorsements are required. Certificate alone is not
sufficient.
Only the successful offeror will be required to submit evidence of
insurance.
Environmental Compliance
• Submit a Environmental Compliance Manager that meets the
requirements of Specification 01561.
duties.
• No use of asbestos containing products in accordance with 25
TAC
Part 1 Chapter 295.34 (i)
Project Goals
• Goals for this solicitation are 16% MBE and 8% WBE as
shown in Exhibit C.
• Specification for this project is 01451 Quality Control for
Small
Projects
• Quality Control Plan Define and document in writing how you plan
to communicate,
implement and control the work of your organization as well
as
your subcontractors and suppliers, including procedures for
correcting and controlling nonconforming work
Quality Program Requirements
construction prevalent for the contract
Experience shall include two years managing a quality
assurance/ quality control program similar to this project.
• Alternate (CQCR) 3 yrs verifiable construction experience in the
type of
construction prevalent for the contract
• Contractor’s Testing Facilities ASTM E 329 or AASHTO R-18
Review of the Solicitation Documents
• Solicitation, Offer, and Award Form
This form must be returned with your bid.
• Schedule
Schedule needs to be signed, dated and returned with bid.
• Exhibit A – Representations and Certifications
Exhibit needs to be completed in full and returned with your
bid.
• Exhibit B – Special Solicitation, Instructions and
Conditions
Ensure that bids are submitted in sealed envelopes cartons, clearly
marked.
Review of Solicitation Documents
*Goals for this project can be found in this exhibit.
• Exhibit D – Special Provisions *Complete Main 1 (North side) no
later than October 30, 2011.
*Access to Main 2 (South side) no later than February 1,
2012.
*Complete construction no later than March 30, 2012.
• Exhibit F – General Provisions
• Exhibit G – MBE/WBE Program
Review of Solicitation Documents
• Exhibit J – Drawings
Are available e-mailing Cedric Seay at
[email protected].
• Exhibit L – Pre-Award Survey Documents Needs to be returned with
your bid, this questionnaire will be used to verify
responsibility with financial bank and business references
submitted.
• Exhibit M – Safety Program
Safety Programs can be found in Exhibit M. This program requires
drug
testing of all employees.
Review of Solicitation Documents
Needs to be submitted when requesting clarifications.
• Exhibit P – Bid Bond
• Exhibit Q – Payment Bond
• Exhibit R – Performance Bond
Review of Solicitation Documents
• Exhibit V – Prospective Contractor Employee Information Report
Needs to be returned with your bid.
• Wage Rates
This is not a federally funded project therefore, Department of
Labor Wage
Rates do not apply to this solicitation.
• Invoicing and Payment Format
Bid Submission
• There will be a public bid opening on the due date.
• Bids are due on August 11, 2011 at 2:00 PM
Questions?
Solicitation No. B-1020803
33.D p. 2 of 10 Amendment #3
notice to and consent by the Contracting Officer. The Contractor
shall, if requested by the Authority, remove or reassign any
personnel not acceptable to the Authority The Contractor shall
designate a primary and an alternate contact for notification of
emergency work. The Contracting Officer shall furnish appropriate
phone numbers for contacting these individual 24 hours a day via
beepers, answering service or other approved means
(b) Authority Representatives
The Authority's Contracting Officer shall appoint, in writing, a
Contracting Officer's Representative (COR). This person shall
handle all matters of a technical nature arising under the
performance of the work.
4. Contract Award Contract Award is anticipated on or around August
25, 2011. 5. Contract Milestones (a) The Contractor shall not
proceed with any work required under this contract without a
written Notice to Proceed (NTP) from the Authority. Any work
performed or expense incurred by the Contractor prior to the
Contractor's receipt of NTP shall be entirely at the Contractor's
risk. The Contractor shall commence performance of the work under
this contract within five (5) calendar days from the date the
Contractor receives NTP. The Contractor shall prosecute the work
diligently so as to meet the following milestones:
(1) Completion Main 1 (North Side): Complete all work on Main 1
(North Side), not including exterior of structure or removal of
ballast retainer. Work to complete includes but is not limited to
all work related to Main 1 deck, haunch, walkway, and parapet wall,
to allow full and unobstructed access to follow-on track
contractor, no later than October 30, 2011.
(2) Construction Completion Access for Main 2 will be granted after
Authority’s track contractor completes all work on Main 1 and rail
traffic is shifted from Main 2 to Main 1. Access shall be granted
no later than February 1, 2012. Complete all construction work
required under this contract no later than March 30, 2012.
(b) Not withstanding any other provisions in this contract, the
Contractor shall reach a point of Final Acceptance as provided for
in the General Provisions entitled "Final Acceptance" no later than
June 1, 2012. (c) The Contractor shall not be entitled to
compensation for delay unless and only to the extent it is delayed
by the Authority in completing beyond the contract completion date.
(d) If the Contractor submits a schedule showing a completion of
any or all milestones before the scheduled dates, the Authority
shall have the unilateral right to modify the contract changing the
milestone dates in accordance with the schedule submitted by the
Contractor with no equitable adjustment being made. 6. Construction
Planning Construction shall be planned and carried out in
accordance with the following information: (a) Site Access
(1) Contractor shall not have access to any location where there is
active rail traffic.
(2) Contractor access to Main 1 shall be granted upon Notice to
Proceed and such access shall
terminate upon completion of Main 1. Contractor shall be granted
access to Main 2 by written notification from the Authority after
rail traffic has been shifted to Main 1.
(3) Contractor shall not have access to Main 1 while Authority
track contractor is performing work on Main 1. Authority track work
is anticipated to take up to 60 days to perform.
Solicitation No. B-1020803
33.D p. 3 of 10 Amendment #3
(4) Contractor shall request access from the Authority prior to
removal of ballast retainer. Ballast retainer may not be removed
until all track work is complete.
(5) The Authority will allow the Contractor to install temporary
access to the west end of the bridge that is acceptable to the TRE.
The access cannot encroach upon adjacent property not owned by the
Authority and cannot interfere with train traffic within the
corridor. The Contractor is responsible for all aspects of the
access including cost.
(b) Work required on outside of bridge shall not be performed until
after completion of the sealing processes on the corresponding
inside areas of bridge.
(c) Availability of Authority-furnished Property for Contractor
Installation: There is no Authority-furnished Property for this
contract.
(d) The Contractor shall stay within the identified construction
limits, and shall neither disturb nor alter the designated adjacent
property outside the limits of construction. (e) The Contractor
shall adhere to the following work hours:
Work hours shall be per the requirements of the specifications,
Division 1 "General Requirements" and the City of Irving ordinances
unless otherwise extended hours are requested by Contractor and
pre-approved and pre- authorized by City of Irving and the
Authority. However, notwithstanding the applicable ordinances, any
Saturday work adjacent to residential areas shall not start until
9:00 a.m.
(f) The Contractor is advised that in reference to the statement
made on Drawing Plan Sheet 7 of 9, Note #2, which reads in part,
"...0.3 miles down the ROW...", this 0.3 miles (to the delivery
site for the ballast retainer) is over an unpaved, unimproved dirt
vehicle path along the north side of the TRE ROW. (g)
Submittals
(1)To assist the Contractor with submittals, the Authority has
examples of Quality Control and Safety plans that can be made
available to the Contractor. The Authority will provide reasonable
guidance to the Contractor in preparing such submittals. While the
minimum review time allotted for the Authority to review and
disposition submittals is 21 days, the Authority will make every
reasonable effort to expedite submittal review and disposition
within 5 to 10 business days from their receipt.
(2) Submittals are not required for materials that are pre-approved
by TxDOT; however, evidence of TxDOT pre-
approval is required prior to beginning work with that product.
Pre-approval of products does not relieve the contractor from
meeting the requirements of the approved plans and
specifications.
7. Contractor Staging Areas The Contractor may use a portion of the
DART facility described as western half of the West Irving Station
Parking Lot as a staging area for staging and storage area(s). The
Contractor will be responsible for all security and maintenance of
the staging and storage area(s). The staging area adjacent to the
ROW on Drawing Sheet 2 is the property of the City of Irving, and
the Contractor is responsible for any & all required
negotiations and payments to the City of Irving prior to its
use."
8. Coordination With Other Contracts (a) In accordance with the
General Provision, entitled "Other Contracts," the Contractor
should expect, at a minimum, to interface with the following
contractors, agencies and property owners:
(1) TRE's Operation and Maintenance workers and contractors; (2)
Authority track contractor completing ballast and rail installation
on Main 1; (3) Private utility contractors; (4) Franchise Utility
Companies and their contractors; (5) City of Irving; (6) Authority
representatives and inspectors.
(b) It is the express obligation and duty of the Contractor under
this contract to coordinate its work with the work of other
contractors and entities. The Contractor shall not unreasonably
impede, hinder or delay the Authority or any other contractor in
performance of their work. It is the Contractor's duty under this
contract to communicate with any contractor who will be performing
work which may connect, complement or interfere with the
Contractor's work, and to resolve any disputes or coordination
problems with such contractor or entity. 9. Work Adjacent to Active
Railroads (D-400.30C, FEB 02) (a) Compliance with Laws and
Regulations.
The Contractor shall abide by governing railroad rules,
regulations, policies and operating procedures established by the
Trinity Railway Express (TRE) and other applicable railroad
regulating bodies, including but not limited to the Federal
Railroad Administration, Code of Federal Regulations (i.e. 49 CFR
214, Roadway Worker Protection On-Track Safety Program - Exhibit V)
and DART Construction Safety Program - Exhibit M. If any failure by
the Contractor to comply with any such laws, regulations, and
enactments shall result in any fine, penalty, cost or charge being
assessed, imposed or levied against the railroad, the Contractor
shall reimburse and indemnify the railroad for such fine, penalty,
cost or charge, including without limitation attorney's fees, court
costs and expenses. The Contractor shall, in the event of any such
actions and upon notice thereof being provided by the railroad,
defend such action free of cost, charge, or expense to the
railroad.
(b) Notification. The Contractor shall provide written notice to
the TRE representative (Mr. John Horney, Chief Engineering Officer,
Trinity Railway Express, Commuter 214-749-5810) at least fourteen
(14) days in advance of commencing any work in which any person or
equipment will be within twenty-five (25)
Deck Cracking Repair for TRE Grade Separation Bridge
EXHIBIT O QUESTIONS/CLARIFICATIONS
AMENDMENT NO. 3 B-1020803
NO. SOLICITATION REFERENCE COMMENTS / QUESTIONS RESPONSE 1 General
Are the MBE/WBE percentages for the solicitation a
requirement? Refer to subparagraphs (c) and (d) of the provision
"Minority and Woman-Owned Business Enterprise (M/WBE)
Participation" within Exhibit C. This language makes it clear that
these percentages are a requirement, and that it "…is considered by
the Authority a matter of the offeror's responsibility" and "DART
will only award contracts to offerors deemed to be
responsible".
2 Schedule [Bid Schedule], Item 1D Are offerors required to bid the
option "Remove Ballast Retainer" listed on the Schedule [Bid
Schedule]?
Refer to subparagraph (c) of the provision "Preparation of Bids"
within Exhibit C which states that "All blanks on the bid form
shall be filled in…". Also, refer to subparagraph (g) of the
provision "Estimated Quantities, Evaluation and Basis of Award"
which states that "... option pricing will be included in the
evaluation for award purposes".
1 of 1 8/4/2011 6:28 PM
01B-1020803 Amendment #3
Descriptive
Changes
The date was changed from “September 15, 2011” to “August 25, 2011”
within the provision entitled “Contract Award”. Remove page 2 and
replace with “Amendment 3, Exhibit D page 2”.
Language was added as subparagraph (a)(5) for the provision
entitled “Construction Planning”. Remove page 3 and replace with
“Amendment 3, Exhibit D page 3”.
Language was added as subparagraph (f) for the provision entitled
“Construction Planning”. Remove page 3 and replace with “Amendment
3, Exhibit D page 3”..
Language was added as subparagraphs (g)(1) and (g)(2) for the
provision entitled “Construction Planning”. Remove page 3 and
replace with “Amendment 3, Exhibit D page 3”.
Language (3rd sentence) has been added within the provision
entitled “Contractor Staging Areas”. Remove page 3 and replace with
“Amendment 3, Exhibit D page 3”.
This sheet is provided as “for information only” in supplement to
Sheet 7. Add “Amendment 3, Exhibit J – Drawings, Sheet 7a”.
This sheet is provided as “for information only” in supplement to
Note 3 of Sheet 9. Add “Amendment 3, Exhibit J – Drawings, Sheet
9a”.
This sheet is provided as “for information only” in supplement to
Note 3 of Sheet 9. Add “Amendment 3, Exhibit J – Drawings, Sheet
9b”.
Firms request Specs
ATTENDEES for PRE-BID
Sheet 7A Temporary Ballast Retainer
Sheet 9A Staining From Sheet 263
Sheet 9B Staining From Sheet 264
AMENDMENT 3 Q&A
02B-1020803 Amendment 3 (changes)
Descriptive
Changes
The date was changed from “September 15, 2011” to “August 25, 2011”
within the provision entitled “Contract Award”. Remove page 2 and
replace with “Amendment 3, Exhibit D page 2”.
Language was added as subparagraph (a)(5) for the provision
entitled “Construction Planning”. Remove page 3 and replace with
“Amendment 3, Exhibit D page 3”.
Language was added as subparagraph (f) for the provision entitled
“Construction Planning”. Remove page 3 and replace with “Amendment
3, Exhibit D page 3”..
Language was added as subparagraphs (g)(1) and (g)(2) for the
provision entitled “Construction Planning”. Remove page 3 and
replace with “Amendment 3, Exhibit D page 3”.
Language (3rd sentence) has been added within the provision
entitled “Contractor Staging Areas”. Remove page 3 and replace with
“Amendment 3, Exhibit D page 3”.
This sheet is provided as “for information only” in supplement to
Sheet 7. Add “Amendment 3, Exhibit J – Drawings, Sheet 7a”.
This sheet is provided as “for information only” in supplement to
Note 3 of Sheet 9. Add “Amendment 3, Exhibit J – Drawings, Sheet
9a”.
This sheet is provided as “for information only” in supplement to
Note 3 of Sheet 9. Add “Amendment 3, Exhibit J – Drawings, Sheet
9b”.
03Firms request Specs
04ATTENDEES for PRE-BID
08Sheet 7A Temporary Ballast Retainer
09Sheet 9A Staining From Sheet 263
10Sheet 9B Staining From Sheet 264
11AMENDMENT 3 Q&A