Indefinite Delivery/Indefinite Quantity (IDIQ ... - IDEAS-EC
Indefinite Delivery/Indefinite Quantity (IDIQ ... - IDEAS-EC
Indefinite Delivery/Indefinite Quantity (IDIQ ... - IDEAS-EC
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
<strong>Indefinite</strong> <strong>Delivery</strong>/<strong>Indefinite</strong> <strong>Quantity</strong> (<strong>IDIQ</strong>) Construction Contract-8(a)<br />
Road Construction, Road Maintenance and Repair<br />
Solicitation Number N2000100600<br />
Amendment 0002<br />
Schedule of Changes<br />
THE FOLLOWING INFORMATION IS PROVIDED TO CLARIFY BONDING REQUIREMENTS:<br />
A bid guarantee is required and shall be submitted in Volume II of your proposal as instructed in<br />
Section L, DSC-36, Instructions for the Submission of Offers and Other Instructions. The bid<br />
guarantee shall be submitted for the base <strong>IDIQ</strong> contract, not the individual task orders and in<br />
accordance with Section L, DS52.228-01, Bid Guarantee. See paragraph c which states "The<br />
amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less."<br />
Successful offerors shall be required to provide payment and performance bonds for specific task<br />
orders awarded to their firm. Offerors are not required to provide payment and performance bonds<br />
for the base <strong>IDIQ</strong>. See Page 1 of the SF-1442, Block 10 which states the following "In accordance<br />
with Clause 52.228-15, Payment and Performance Bonds-Construction, payment and performance<br />
bonds will be required for each task order for the total task order amount."<br />
_____________________________________________________________________________________<br />
REFERENCE IS MADE TO PROPOSAL SUBMISSION PACKAGE AND S<strong>EC</strong>TIONS L AND M<br />
Attached to this Amendment No. 0002 is a revised Prior Experience form. Additionally, Sections L<br />
& M have been revised and are attached to this amendment. Please refer to the revised Evaluation<br />
Factors (Sections L & M) for further clarification. In general the changes are to allow for a greater<br />
number of projects to be submitted for experience technical factors. The stated maximums for<br />
experience forms apply to the entire team. Also further clarification has been added for the subfactor<br />
1 under each of the sample task orders.<br />
_____________________________________________________________________________________<br />
REFERENCE IS MADE TO S<strong>EC</strong>TION J ATTACHMENTS, SAMPLE TASK ORDER ONE<br />
The 95% draft final drawings and specifications for sample task order one, Shenandoah Phase 6, are<br />
replaced in their entirety with the 100% Final drawings and specifications via this amendment. A<br />
revised contract price schedule is also attached and incorporated.<br />
_____________________________________________________________________________________<br />
REFERENCE IS MADE TO S<strong>EC</strong>TION J ATTACHMENTS, SAMPLE TASK ORDER TWO<br />
The 95% draft final drawings and specifications for sample task order two, Suitland parkway are<br />
replaced in their entirety with the 100% Final drawings and specifications via this amendment. A<br />
revised contract price schedule is also attached and incorporated, which incorporates Option A into<br />
the base bid items.<br />
_____________________________________________________________________________________<br />
N2000100600/0002 Page 1 of 4
REFERENCE IS MADE TO CLAUSE 52.204-11, AMERICAN R<strong>EC</strong>OVERY AND REINVESTMENT ACT<br />
REPORTING REQUIREMENTS<br />
Clause 52.204-11, American Recovery and Reinvestment Act Reporting Requirements is replaced<br />
with Clause 52.204-11, American Recovery and Reinvestment Act Reporting Requirements (MAR<br />
2010 DEVIATION)<br />
_____________________________________________________________________________________<br />
REFERENCE IS MADE TO WAGE RATES<br />
The Davis Bacon Wage Rates have been revised for the base <strong>IDIQ</strong> contract price schedule in clause<br />
DSC-17, Wage Rates. Both task order wage rates have been revised and are incorporated via<br />
attachments to this amendment.<br />
REFERENCE IS MADE TO SAMPLE TASK ORDER 2, SUITLAND<br />
1. CLARIFICATION OF CONTRACTOR QUESTION<br />
Question: In reference to Sample Task Order #2 - Resurface 6.5 Miles of Historic Suitland Parkway we<br />
have the following questions:<br />
There appears to conflicting instruction given on Sheet B01 and E-58 to E-67. for the work to be performed<br />
East Bound Station 248+00 to 297+00; West Bound Sta 251+50 to 297+00 and MD Route 337 Sta 285+95<br />
to 297+81.43. On Sheet B01 - Full Depth Asphalt Pavement Reconstruction it shows half of the roadway<br />
being milled and resurfaced the other half being reconstructed full depth including curb and gutter. On<br />
Drawings E-58 to E-67 the drawings show the entire width of the roadway being reconstructed and<br />
selective sections of the curb and gutter to replaced. Please clarify.<br />
RESPONSE: The typical section shows the full depth patch varies in width. The left side shows<br />
the existing pavement and the right side shows the full depths patch. The width of the existing<br />
patch is shown on the plan sheets. The curb and gutter is to be replaced in all areas of full depth<br />
patches and there are additional areas of replacement shown in the tables on specific plan sheets,<br />
due to the existing condition of the curb and gutter and are not within the limits of the patch areas.<br />
N2000100600/0002 Page 2 of 4
REFERENCE IS MADE TO SAMPLE TASK ORDER ONE, SHENANDOAH<br />
2. CLARIFICATION OF CONTRACTOR QUESTION<br />
Question: In reference to Sample Task Order #1 - Shenandoah National Park we have the following<br />
questions:<br />
1.) What is the project duration for the Base Bid and what is project duration for Price Option A and Price<br />
Option B<br />
RESPONSE: The completion date for all work under this project is September 30, 2010, assuming<br />
notice to proceed is issued by April 26, 2010 and Option B is awarded with the base or exercised<br />
timely.<br />
_____________________________________________________________________________________<br />
REFERENCE IS MADE TO SAMPLE TASK ORDER TWO, SUITLAND<br />
3. CLARIFICATION OF CONTRACTOR QUESTION<br />
Question: What is the project duration for the Base Bid and what is project duration for Price Option A and<br />
Price Option B<br />
RESPONSE: The completion time for the work associated with the base schedule is 135 days. For<br />
Option A, the completion time is 50 days assuming the option is awarded with the base or<br />
exercised timely.<br />
N2000100600/0002 Page 3 of 4
REFERENCE IS MADE TO SAMPLE TASK ORDER TWO, SUITLAND<br />
4. CLARIFICATION OF CONTRACTOR QUESTION<br />
Question: There is no Maintenance of Traffic Specification in the Project Specs and there is only a<br />
Maintenance of Traffic detail on Page 99 of 99 that shows single lane closures for Milling/Overlay<br />
Operations. This is seems applicable for all the milling/overlay operations on the project and can be<br />
used for the typical full depth asphalt and concrete pavement patching as required at East Bound Station<br />
48+50 and East Bound Station 70+50 areas as well as others per detail on B02 and for culvert work, but<br />
does not seem applicable to the Complete reconstruction areas (East bound 248+00 to<br />
297+00 & West Bound 251+50 to 297+00 and associated ramps).<br />
-What is the Maintenance of Traffic plan for the areas of complete reconstruction (East bound 248+00 to<br />
297+00 & West Bound 251+50 to 297+00 and associated ramps) per detail B01<br />
-What days and time are lane closures restricted<br />
We would like to suggest the following Maintenance of Traffic for<br />
construction at East bound 248+00 to 297+00 & West Bound 251+50 to 297+00<br />
and associated ramps:<br />
Potential Offerors list of items has been purposely deleted.<br />
RESPONSE: The detail in the plans is for a single lane closure for any work that can be completed<br />
in a single lane closure (mill/over, etc). In the areas of the full depth patches and drainage<br />
improvements that cross the road, contractors are allowed road closures in the evenings and on<br />
the weekends with the approval of the COR. The contractor will be required to submit a MOT plan<br />
15 days prior to the closure for approval by the COR. This information is shown on Plan sheets<br />
B-01 and B-02, as a note, and it is located in the specifications in section 011100 page 3 under<br />
1.5.A.2. The other restrictions for peak hour are listed in section 1.5.A.<br />
The Government is not responding to suggestions for changes to the maintenance of traffic at this<br />
time. These items shall be addressed with the successful offeror when they submit their traffic<br />
control plan after award.<br />
N2000100600/0002 Page 4 of 4