Questions and Answers For:

RFP - Design Build I-195 Washington Bridge (Solicitation Documents Available Online at ridop.ri.gov Bid Number 7611889) 2021-DB-020

Please Note: If this is the first time accessing our system on our new web site, you will be required to reset your password.

The ask question function is now disabled;
please call 4015634100 with any new questions.

Date Asked: 06/23/2021 Date Answered: 06/24/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
RFP Part 2, Section 7.2 specifically requires a standard winter shutdown be carried in the schedule (December 15th - April 15th), disallows lane splits in the winter and requires all lane widths to comply with TAC #0359. Please review these provisions as a very significant portion of the project requires lane splits and lane narrowing for fairly lengthy durations? It seems that the contract time determination likely did not take these requirements into consideration. Any sort of project delay (whether the State’s responsibility, third party responsibility or the contractor’s responsibility) could very significantly delay the project if lane splits and lane narrowing are disallowed through the winter shutdown period. Additionally, we request that winter work be allowed to be scheduled as this is the most opportune way to mitigate any delay.
Answer:
The contract time determination did take into account the standard winter shutdown and the requirements of TAC #0359. As stated in RFP Part 2, Section 7.2 "After award of the contract, should the DB Entity request to include working through the winter, this request would be subject to RIDOT discretion and will require review and approval." Any requests for proposed work thru the winter shutdown period would be expected to have a benefit to the project schedule and an improvement on the substantial completion date of November 15, 2025. Single lane splits will not be allowed during winter months. Other proposed lane splits and/or shifts would require approval by the Administrator of Project Management.
Date Asked: 06/21/2021 Date Answered: 06/24/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
RFP Part 1 section 8.4 provides for a method of seeking clarification of proposals and RFP section 8.5(3) provides that, if a proposer receives a subcategory score of 30-49%, weaknesses or deficiencies are susceptible to correction by presentation. Please confirm that such corrective or supplementary information will be requested from bidders in connection with any information claimed to be incomplete or ambiguous and that any applicable subcategory technical scores of 30-49% will be adjusted accordingly.
Answer:
Please note there is no requirement in RFP Section 8.4 for the State to seek clarifications of a Technical Proposal. Moreover, even if the State decides to seek clarifications of a Technical Proposal, there is no guarantee of any changes to the scoring under Section 8.5.
Date Asked: 06/16/2021 Date Answered: 06/21/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Addendum #3 says it is anticipated that 400 LF of existing brick CSO and/or drainage facilities, owned by NBC will require lining as part of the project. We request that this work either be clarified with a plan or this work be paid under an allowance. Without a plan, we cannot figure size of pipes, number of runs, access locations, traffic management required, bypass requirements, etc. to be able to come up with a price that is anywhere close to reasonable. We don't know if this includes the small diameter VCP and RCP that appear to be sanitary sewer pipes on and around Taunton Ave or if this is all 20" brick sewer on Valley St. Also, on the color existing utility plan the 20" brick sewer on Valley St. appears to dead end just north of the Waterfront Drive Ramp. Is this correct?
Answer:
The type, size, and location of NBC owned facilities that will need to be lined will be determined through the coordination efforts during final design. Based on the BTC it is anticipated that the three (3) NBC facilities (48"RCP Tunnel Overflow, 36" brick sewer, and 36"/48" brick sewer) running along/near Gano Street in the vicinity of the new on-ramp bridge will need pre and post construction video scoping. It is anticipated that the two (2) brick sewers will require lining. Facilities on the East Providence side are not owned by NBC. With regard to the 20" brick sewer on Valley St, it does not dead end just north of the Waterfront Drive off-ramp. As shown on the BTC plans, Volume 4 sheet 34/81, a 75 foot portion of the brick sewer is to be replaced, running under the new off-ramp.
Date Asked: 06/16/2021 Date Answered: 06/17/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
We respectfully request that Addendum #3, with direction on potential sewer lining, signalization at Waterfront Drive off-ramp and any other important changes be released this week. If this addendum is delayed beyond this week, we request the technical proposal and price proposal dates be delayed and equitable length of time. These changes may require revising plans, narrative in the proposal and pricing from subcontractors/material vendors. Publication of proposals takes time and if these changes are released less than 2 weeks of the submission date, it becomes extremely difficult to incorporate the changes into the proposal and provide accurate pricing and technical proposals.
Answer:
Addendum No. 3 has been posted.
Date Asked: 06/16/2021 Date Answered: 06/17/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
The response on 6/15 to my question regarding payment for item 1.14.1 does not answer my question. In some instances both ends of a drop in beam may need to be jacked. In some instances only one end will require jacking. When both ends require jacking (2 jacking locations to jack one beam), will a quantity of 1 ea or 2 ea be paid? In previous bids on this job, this has been clarified that we would be paid 2 each. This clarification is not in this RFP, so we request the question to be answered here or clarified in the RFP so there is no argument during the work.
Answer:
As stated in the original response, the answer to this questions can be found in Section 3.7.3.1. There is a note at the bottom of that section that applies to both of the line items in question which states "This item will be quantified and paid for per each beam end jacked." If both ends of one drop-in beam require jacking, there will be a quantity of 2 EA paid under this item.
Date Asked: 06/15/2021 Date Answered: 06/15/2021
Poster: ANTHONY POMPEI Company: RIDOT
Question:
Who are the specific contacts for utility coordination for National Grid and Verizon during procurement?
Answer:
Please contact ONLY the below personnel for coordination efforts during procurement. National Grid Electric: Kelson McDaniel, kelson.mcdaniel@nationalgrid.com Nation Grid Gas: Jim Paulette, jim.paulette@nationalgrid.com; Jay Eddy, joseph.eddy@nationalgrid.com Verizon: Peter DeCosta, peter.x.decosta@verizon.com
Date Asked: 06/11/2021 Date Answered: 06/15/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Regarding the response on 6/9 re the Materials Project Schedule for Testing. The link does not work and we have tried with three different browsers. A Server Error comes up reading 404 - File or directory not found. The resource you are looking for might have been removed, had its name changed, or is temporarily available. Please address this.
Answer:
The link on the RIDOT website under Master Schedule of Testing for "Template Details" is currently unavailable as it is being updated. Updated templates will be provided to the successful team after award.
Date Asked: 06/09/2021 Date Answered: 06/15/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
There is no JS Specification for bid item 1.14.1. How will this be paid? Is it per each beam end jacked or per each beam jacked? Some beams may require both ends to be jacked, others only one end.
Answer:
The Measurement and Payment method for bid item 1.14.1 (and 1.14.2) is provided in RFP Part 2, Section 3.7.3.1.
Date Asked: 06/09/2021 Date Answered: 06/09/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
RFP Part 2 section 8.6 Materials Project Schedule for Testing provides a link to RIDOT website to obtain the information required to compile the master schedule of testing. The link on the website for the master schedule of testing template details appears broken. Please either repair the link or provide the template details.
Answer:
The link has been verified to be active and working. The applicable files can be accessed at the bottom of the page that is linked.
Date Asked: 06/09/2021 Date Answered: 06/09/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Previous question has a typo. It should read: Mandatory Special Provision 108.1000 lists LDs at $10,000 per work day. RFP Part 3 Terms and Conditions section 108.08 shows projects with contract amounts over $10 million, LDs of $12,000 per calendar or work day. Please clarify the LDs for this project and if section 108.08 is to be used, please clarify if the charge is per calendar day or work day.
Answer:
Liquidated Damages for this project will be $12,000 per Calendar Day per RFP Part 3, Section 108.08. Mandatory Special Provision 108.1000 will be modified in the next addendum.
Date Asked: 06/09/2021 Date Answered: 06/09/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Mandatory Special Provision 101.1000 lists LDs at $10,000 per work day. RFP Part 3 Terms and Conditions section 108.08 shows projects with contract amounts over $10 million, LDs of $12,000 per calendar or work day. Please clarify the LDs for this project and if section 108.08 is to be used, please clarify if the charge is per calendar day or work day.
Answer:
Question was withdrawn by the next question.
Date Asked: 06/04/2021 Date Answered: 06/08/2021
Poster: Timothy McLaughlin Company: SPS New England, Inc.
Question:
Do the Questions & Answers asked in the previous procurement for the Washington Bridge Phase 2 project apply to this procurement, or must the same questions be asked again?
Answer:
Questions and answers from previous procurements are not applicable to this procurement. Any questions related to this procurement shall be asked here.
Date Asked: 06/03/2021 Date Answered: 06/09/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
The IJR shows two conditions at the new Waterfront Drive off-ramp. Condition 1 has a stop-controlled intersection operating at a LOS F with v/c > 1.0, that results in potential backups onto the I-195 WB mainline. Condition 2 has a signal-controlled intersection operating at a LOS D with a v/c ratio of 0.69. Section 7 of the IJR concludes “the intersection of Waterfront Drive at the I-195 Westbound off ramp will meet warrants for signalization if the 2045 traffic projections are realized.” Synchro files provided as part of the BTC show this intersection as signalized, but the plans do not show a signal. Please confirm a signal is required to be included at the Off-Ramp/Waterfront Drive intersection in order to comply with the approved IJR.
Answer:
A signal will be required at the intersection of the off-ramp and Waterfront Drive, in accordance with Section 2.2 of the DRAFT IJR. Revisions to the BTC plans will be updated in the next addendum.
Date Asked: 05/25/2021 Date Answered: 06/01/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
The Construction Quality Control Manager qualifications require that the individual must possess a B.S. degree in Civil Engineering. Is a B.S. degree in Chemical Engineering and over 20 years of Construction QC direct oversight/management experience acceptable in lieu of the BSCE?
Answer:
Yes, that is acceptable.
Date Asked: 05/25/2021 Date Answered: 06/01/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Part 1, 6.6 Key Staff and Team Organization, states that key personnel shall be identified and summary resumes provided. Should these full-page resumes be provided in an appendix? Should resumes also be provided for the other members of the project team?
Answer:
Key personnel should have summary resumes (1-2 paragraphs) within the body of the proposal. Full page resumes can be provided in an appendix.
Date Asked: 05/25/2021 Date Answered: 06/01/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Is the Table of Contents considered a cover page and not counted toward the page limit?
Answer:
The Table of Contents does NOT count towards the page limit.
Date Asked: 05/25/2021 Date Answered: 06/01/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
May a smaller font than Arial 11pt be used for labels, graphics, tables, and captions?
Answer:
Yes, that is acceptable.
Date Asked: 05/19/2021 Date Answered: 05/24/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
A mandatory spec was added in addendum 2 for Document Control Specialist with a basis of payment specifying a m.s.v. price for the item. Form N, revised in addendum 2 does not have an item for Document Control Specialist. Is this to be carried under an item to be added to the form or under another item?
Answer:
Form N will be updated with the next addendum.
Date Asked: 05/19/2021 Date Answered: 05/24/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Could RIDOT please provide CAD files for all changes that were made to the BTC for the 2021 advertisement?
Answer:
The CAD files will be made available to the selected DB Team at the time of Notice to Proceed.
Date Asked: 05/19/2021 Date Answered: 05/24/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Please confirm it is acceptable to RIDOT for proposers to communicate and coordinate with Public Utilities regarding the Washington Bridge Project.
Answer:
It is acceptable and encouraged for the teams to communicate and coordinate with Public Utilities during the procurement phase. RIDOT will not be present at meetings during procurement.
Date Asked: 05/18/2021 Date Answered: 05/24/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
RFP file folder Appendix B/B04 Existing Plans & Test Results/Bridge 070001/2003 has one file - spl0043_0001.jpg. This is a plat plan from the town of Foster, which does not appear relevant to the project. Is there a 2003 file that should be in this appendix for bridge 070001 that is not provided in the RFP?
Answer:
The file in question and the 2003 folder are not applicable to this project and can be disregarded.
Date Asked: 04/29/2021 Date Answered: 05/10/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Please clarify which HMA mixes, locations will require intelligent compaction.
Answer:
Intelligent Compaction is only required for Friction Course and it is required for all locations receiving Friction Course.
Date Asked: 04/29/2021 Date Answered: 05/05/2021
Poster: Steven Morin Company: CARDI CORPORATION
Question:
Mandatory spec 401.9902 addresses pay adjustment based on the HMA bid unit price. The project is LS. Please clarify how the pay adjustments will be determined and administered for this project.
Answer:
As stated in the specification, pay adjustments will be paid using the respective contract unit price for HMA as listed in the submitted and approved lump sum schedule of values in conjunction with the pay adjustment requirements in the HMA and rideability specifications. Positive and Negative pay adjustments will be applied to the applicable item code using a Report of Change. The unit price for HMA shall be included in the lump sum schedule of values for Item 1.6 Roadway Construction (including intersections, local roads, and drainage) on Form N.
Date Asked: 04/23/2021 Date Answered: 05/05/2021
Poster: Richelle McGuire Company: HRV Conformance Verification Associates, Inc.
Question:
Is the contractor required to retain an independent agency to provide QA shop inspection during the fabrication of materials for the bridge? Or is it handled though the DOT's statewide inspection contracts?
Answer:
The Contractor will be responsible for providing quality control during fabrication. RIDOT will be performing independent inspection through the statewide inspection contracts.
Date Asked: 04/13/2021 Date Answered: 05/05/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Form N, Item 1.14.6 Chloride Extraction at 4 Pier locations had previously been completed in Phase 1 under a lump sum item and paid in full. While the RFP acknowledges the extraction was completed it requires confirmatory testing to prove the extraction process was successful and, if not, it requires the Phase 2 Contract to once again perform the extraction. Please consider changing this item to only include the confirmation testing to ensure all Contractors are bidding the same scope for the item. If extraction is required to be performed once again this could be handled via a change order and RIDOT’s bid prices for this item will be greatly reduced for the item.
Answer:
Form N, Item 1.14.6 Chloride Extraction will be changed to an Estimated Cost Item (Item 1.13.5) with a cost of $500,000, from which funds will be withdrawn if extraction is determined to be necessary. The RFP will be updated in the next addendum.
Date Asked: 04/13/2021 Date Answered: 04/23/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Please provide any applicable shop drawings/calculations for the materials currently on hand/installed (i.e. in place temporary scaffolding, jacking beams, etc.) intended to be used to complete the Washington Bridge Phase II Project.
Answer:
Applicable shop drawings will be made available thru an upcoming addendum. While some or all of the existing stockpiled materials may be able to be incorporated into the DB Entity’s final design and construction plans, RIDOT takes no responsibility for any aspect of the listed materials, including quantity, dimensioning, or existing condition.
Date Asked: 04/13/2021 Date Answered: 05/19/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Part 2, Section 3.7.3 – Estimated Quantity Items provides a table of “Estimated Actual Quantities” and “Bid Quantities”. The Bid Quantities listed are between 33% and 400% more than the Estimated Actual Quantities listed. Having such a large discrepancy between the anticipated Actual Quantities and the Bid Quantities will result in a Proposer’s Price being millions of dollars more than it would be if the Bid Quantities were the Estimated Actual Quantities. This quantity discrepancy also opens up the opportunity for a proposer to unbalance their proposal at less of a risk than typical due to the Estimated Actual Quantity being indicated by the RFP Documents. To help level the playing field for all proposers, we suggest either: a. RIDOT consider lowering the Bid Quantities to the Estimated Actual Quantity’s indicated in section 3.7.3. b. Lower the Bid Quantities to a very low quantity, thereby removing the opportunity for a proposer to unbalance their bid, however it will provide RIDOT a reasonable basis for what the overall costs would be when extended out to the Estimated Actual Quantity. Either of these approaches will provide RIDOT the opportunity to renegotiate the Unit Prices with the selected Best-Value Proposer if/when the bid quantity is overrun. Additionally, these approaches will not force the Proposers to have artificially inflated Contract Bid values and therefore potentially skew the calculations made when determining the Best Value Design-Builder.
Answer:
We acknowledge your questions but disagree with your assumptions. The "Only Bid Quantities" have been developed based on anticipated growth rates of known deteriorated areas and a percentage of new deteriorated areas anticipated to be discovered during construction. The use of "Estimated Quantity Items" with "Only Bid Quantities" will ensure a level playing field amongst all the possible bidders. Any proposer that chooses to put forth an unbalanced bid does so at their own risk.
Date Asked: 04/13/2021 Date Answered: 05/19/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Quantification of Phase 1 Work to be completed under this Phase 2 Contract. a. Part 1, Section 2.1, 2nd paragraph states “Phase 1 of the project was the recently completed (emphasis added) partial rehabilitation of the substructure of the bridge.” b. Part 2, Section 3.1, the 2nd to last sentence of the 2nd to last paragraph indicates “The DB Entity shall be responsible for determining the extents of the completed work.” c. Part 2, Section 3.1.1 – Work Previously Performed reads “As mentioned above, a partial rehabilitation of the structure was performed from 2016 to 2019. The following outlines some of the work that was previously performed as well as attempts to clarify to what extent previous work was taken and what items may need (emphasis added) to be redone and/or completed.” The bulleted list that follows indicates; work that was done, work that was not done, and work to be redone. However, the lead in paragraph to the bullets indicates the work may need (emphasis added) to be redone and/or completed. Please provide a specific list of work items from Phase 1 that has to be done and/or redone, to ensure a level playing field amongst all possible bidders. It is impossible during this RFP phase of this project for a proposer to determine which work may or may not need to be redone.
Answer:
RFP Part 2, Section 3.1.1 provides a list of work items that were performed, partially performed, and/or performed and need to be redone. Additionally, all bidders have been provided with the latest bridge inspection report (dated 7/22/2020) in Appendix B05. The report provides, in detail, the latest assessed condition of the structure. Note that the structure is scheduled for a special member inspection in July 2021 and the results of that inspection will be provided once they are available. "Estimated Quantity Items" with only acceptable bid quantities are being used, which cover the items associated with the work in question. Additionally, as outlined in the RFP Part 2, Section 3.1, and as is the case for all RIDOT construction projects, the Phase 1 Construction records are available for review by all proposers.
Date Asked: 04/13/2021 Date Answered: 04/23/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
It was observed that there exists quite a bit of construction materials currently under the bridge, in the work zone. This material is both permanent materials for the project, along with temporary materials/equipment to be used during the construction. Is this material considered to be owned by the authority and to be turned over to the successful Contractor for use if possible, and/or final disposal as required?
Answer:
Please reference Part 2, Section 3.13.12 Materials and Samples for details on the stockpiled construction materials.
Date Asked: 04/13/2021 Date Answered: 04/23/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
For the project experience criteria requiring projects to be “completed in the past ten (10) years,” is it acceptable for the Lead Designer to submit projects that are complete in design, but are not yet complete in construction?
Answer:
Yes, that is acceptable.
Date Asked: 04/13/2021 Date Answered: 05/19/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
There are multiple NBC sewer locations in the project area. Please clarify if these sewers need to be lined as part of this project and how this is to be paid.
Answer:
It is anticipated that some lining will be required under this contract and the cost associated with it should be carried in the lump sum bid cost. Further details will be provided in an upcoming addendum.
Date Asked: 04/09/2021 Date Answered: 04/14/2021
Poster: Timothy McLaughlin Company: SPS New England, Inc.
Question:
In the RFP Part 2, Section 3.4.5 Design Documents, there is a reference to the BTC Drawings (dated: February 2021) being included in the RFP. These items do not appear to be in the files provided; would the Department please provide or direct us to where these files may be downloaded from?
Answer:
As stated on the posted "State Agency Solicitation" document, "Disks containing appendices may be picked up at RIDOT, 2 Capitol Hill (Room 112), Providence, RI. Please enter the building through the parking lot entrance. Anyone entering the building must wear a mask. Potential respondents may also request a disk by emailing linda.pemantell@dot.ri.gov and provide their FedEx or UPS account number or a label."
Date Asked: 04/09/2021 Date Answered: 04/14/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
In the RFP Part 2, Section 3.9.2 states that Appendix B contains design criteria tables and anticipated Design Exceptions for the various roadways in the Project. These items do not appear to be in the Appendix B files; would the Department please provide.
Answer:
The BTC Design Criteria file will be included in addendum #1.
Date Asked: 04/09/2021 Date Answered: 04/14/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
Section 3.1.1 of the RFP Part 1 states that proposers may submit no more than ten (10) Initial ATC concepts and no more than eight (8) Final ATCs. Section 3.9 states that proposers may submit up to ten (10) Final ATCs to be considered for final approval. Please clarify the number of final ATCs that will be allowed.
Answer:
Proposers may submit up to ten (10) Final ATC's.
Date Asked: 04/09/2021 Date Answered: 04/14/2021
Poster: Linda Sanson Company: Barletta Heavy Division
Question:
For the initial ATC submission due electronically by 4/23, is there a deadline time?
Answer:
Electronically submitted initial ATC's shall be received by midnight on 4/23/2021.