cobblestone landing restoraton and ......addendum no. 1 pin 108673.00; cobblestone landing...
TRANSCRIPT
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 1 of 6
COBBLESTONE LANDING RESTORATON AND IMPROVEMENTS
(also known as “Cobblestone Landing Restoration and Walkway”) 83 S. Riverside Drive, Memphis, TN 38103
TDOT PIN: 108673.00 Federal Project No.: HPP-9409(108) State Project No.: 79LPLM-F3-039
City of Memphis Project No.: 10C31A.2 For the City of Memphis Division of Parks & Neighborhoods
City of Memphis RFQ No.: 3577
ADDENDUM NO. 1
Issued: June 30, 2020
TO ALL POTENTIAL OFFERORS:
This Addendum, including all items listed below, shall become a part of the bid package for “Cobblestone Landing Restoration and Improvements”; and shall be taken into account in preparing your bids.
This addendum includes the following information:
1. Clarifications and modifications to the Bid Documents.
2. Responses to Written Questions.
3. Attachments:
DBE Form 8-5
Pre-Bid Conference Record.
Pre-Bid Conference Sign-in Sheets.
Bidders are required to complete the “Acknowledgement of Receipt of Addendum” form included in the bound Proposal Contract bid book; and submit the bound form with your proposal. Failure to sign and include this form will result in your proposal being considered invalid.
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 2 of 6
Clarifications and Modifications to Bid Documents
Proposal Contract Bid Book
ITEM 1. Refer to Instructions to Bidders, Page 4 of 10:
a. Revise the date in the header as follows: “7/15/2020”
b. Revise first Paragraph as follows:
Sealed bids for the construction of the following project will be received by the CITY OF MEMPHIS, 125 North Main Street, Treasury Office, Rooms 375-395, City Hall, Memphis, TN 38103 until 12:00 PM 7/15/2020. The City of Memphis will publish the bid results on its website, under the RFQ number 3577, the following day.
ITEM 2. Clarifications on revised bid submittal process:
1. The City of Memphis Treasury office is located on the 3rd floor of City Hall, directly across from the elevators. If the Treasury office service windows or office doors are closed, the Bidder shall ring the buzzer on the office door for assistance.
2. Bidders shall enter City Hall through the building entrance located on Level 1B of the City’s parking garage which is accessible from east side of N. Front Street, north of Adams Avenue.
3. Visitors will be screened for COVID-19 symptoms at this location prior to admittance to City Hall. If visitors have any COVID-19 symptoms as determined by City personnel, they will not be allowed entry in the building. Visitors will also be required to go through security screening at the Level 1B entrance, and a valid ID is required in order to obtain a visitor pass.
4. Bidders should plan accordingly for the entry and submittal process at City Hall, so that they are able to submit their bid proposals on time. Late bid proposals will not be accepted under any circumstance.
5. The City of Memphis is currently not holding public bid sessions. The City of Memphis will publish the bid session results on its website, under the RFQ number 3577, the following day: https://memphistn.gov/business/rfps_and_rfqs.
6. Bid proposals will be opened in the presence of two (2) or more employees of the City purchasing department or the division responsible for receipt of the bid proposals.
7. Published bid session results will include the vendor (contractor) name and total bid amount. These results will not include or reflect the required bid evaluation process following the bid opening, and no interpretation should be made regarding the lowest responsive bid for award until a Notice of Award is issued by the City of Memphis.
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 3 of 6
8. The statement on the City of Memphis’ website that “RFP & RFQ due dates will be one week longer than normal” does not apply to this bid. Sealed bids shall be received by the City of Memphis until July 15, 2020 at 12:00 pm (noon).
9. The statement on the City of Memphis website that “online bids are the preferable method for bidding” does not apply to this bid. The sealed bids shall be original documents submitted in accordance with the Instructions to Bidders.
ITEM 3. The remaining bid schedule shall be revised as follows, superseding the schedule stated at the Pre-Bid Conference on June 17, 2020:
Deadline for Inquiries/Questions ………………..July 6, 2020 by 5:00 PM Written Response to Inquiries/Questions……....by July 8, 2020 Due Date for Bids………………………………...July 15, 2020 by 12:00 PM (Noon) Bid Opening (closed to public)……….…...…….July 15, 2020
ITEM 4. Refer to Special Provision SP1247LP:
a. Add Local Government Guidelines Form 8-5 (attached to this Addendum).
The Word-file form may also be downloaded from the TDOT Local Programs’ website (https://www.tn.gov/tdot/program-development-and-administration-home/local-programs/documents-and-forms-.html)
b. Paragraph B.2: Change “DBE Form 1247A” to “DBE Form 8-5”.
c. Section C: Revise introductory paragraph as follows:
The established DBE goal will be shown on the proposal as a percent of the total amount bid. If the total proposed DBE work submitted with the bid is less than the percentage participation goal set by the Department, the bidder shall, by the due date of bid submittals, either propose sufficient additional DBE participation to meet the goal or clearly demonstrate by documentation that good faith efforts were made to meet the goal. Said documentation shall be included with the sealed bid proposal along with Form 8-5.
d. Paragraph C.3: Revise first paragraph as follows (the list following it is unchanged):
For proposals with established project goals, the bidder will be required to complete DBE Form 8-5. The bidder shall list the following information on each DBE Form 8-5 that is submitted:
e. Paragraph C.3: Revise second paragraph as follows:
The completed DBE Form 8-5 shall be submitted with the sealed bid proposal by the due date for bids. Failure to provide a completed form or documentation clearly evidencing a good faith effort, as detailed in Section 4 below, at the time of bid submittal, may cause the bid to be rejected as irregular. Only certified
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 4 of 6
DBE firms may be used. Contractor may access certification information by viewing the TNUCP DBE Directory website (https://www.tdot.tn.gov/Applications/DBEDirect/Search)
f. Paragraph C.4.3: Revise as follows:
If the Contractor has not met the DBE goal or submitted documentation clearly evidencing good faith efforts at the time of the bid submittal, the Contractor’s bid will be considered non-responsive and may be cause for the forfeiture of the Proposal Guaranty which shall become the property of the Department, not as penalty, but as liquidated damages. The Department then may consider the next lowest responsive bid for award.
g. Paragraph D.1: Change “DBE Form 1247A” to “DBE Form 8-5”.
ITEM 5. Refer to Bid Form, Non-Participating Items:
a. Item No. 714-25.02: All Bidders shall submit a Unit Price of $10,000.00
b. Item No. 795-09.04: All Bidders shall submit a Unit Price of $5,000.00
These amounts will be adjusted by Change Order once the actual MLGW costs are received by the City of Memphis, with no additional markup allowed (see Footnote Nos. 84 and 85 on drawing sheet G003). Failure to use these specific amounts on the submitted Bid Form may result in rejection of the bid proposal.
Drawings
ITEM 6. Refer to Sheet G001, Footnote No. 9, second paragraph: Replace “PAY ITEM 209-05.01” with “PAY ITEM 209-05”.
ITEM 7. Refer to Sheet G001, Footnote No. 31: Replace the text in its entirety with the following:
PAY ITEM 701.01-08 IS FOR RESETTING EXISTING CONCRETE PAVERS IN THE CROSSWALKS ON RIVERSIDE DRIVE AT WEST END OF UNION AVENUE, MONROE AVENUE, AND COURT AVENUE. REFER TO DRAWINGS L102, L103 AND L104 FOR LOCATION OF EXISTING CROSSWALKS. WORK INCLUDES REMOVAL AND RESETTING OF CONCRETE PAVERS THAT HAVE SETTLED, INCLUDING SAND SETTING BED, FILTER FABRIC (WITH TURNED UP EDGES) UNDER SETTING BED, AND POLYMERIC SAND FOR PAVER JOINTS. MEASUREMENT FOR PAYMENT WILL BE MADE BY SQUARE FEET OF RESET PAVERS.
ITEM 8. Refer to Sheet S001, Design Criteria, Paragraph B - Superimposed Dead Loads. Replace “FOUNTAIN = 22,00 LBS” with “FOUNTAIN = 22,000 LBS”.
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 5 of 6
Responses to Written Questions
Note: See Pre-Bid Conference Record for additional questions and answers. Some written questions received to date may not be included in this Addendum, and are being evaluated for a response. All written questions received by July 6, 2020 will be responded to by July 8, 2020.
1. Question: Will cad files be available?
Answer: We are not providing CAD files during bidding phase. Some but not necessarily all CAD files, such as the site base, will be provided to the awarded Contractor (with signed CAD release agreements as appropriate). This will be coordinated further after Contract Award.
2. Question: The NON-PARTICIPATING ITEMS on the Bid Form that involve MLGW really need to be an allowance as MLGW will not give the cost to a contractor until the contractor has an executed contract in hand with the owner. There also does not seem to be much rhyme or reason to how they figure their costs, as each connection is figured separately.
Answer: See Clarifications and Modifications to Bid Documents, ITEM 5.
3. Question: Going thru the Bid Form and making an excel version, I have come across several ITEMS that require “colored” concrete. Has the actual color to be used been selected?
Answer: This information is included in the construction drawings on various L-sheets including (but not limited to) L500, L510, L511, L512, L513, etc. Also refer to specification section 02515.
4. Question: on Sheet S001, Note G under Foundations refers to Capacity of Helical Micropiles
50 kips compression, 15 Kip Tension
We need to know if these loads are working loads or ultimate loads?
Example: Live load + Dead Load = Working Load
Working Load x Safety Factor of 2 = Ultimate Load
We install to Ultimate Loads. So basically we need to know if are we installing to 50 kips or 100 kips. This is important because it is 2 different materials.
Answer: The loads shown are working loads.
Addendum No. 1 PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN Page 6 of 6
5. Question: Regarding the “prequalification questionnaire packet to TDOT at least 14 days prior to bid opening”. Are the referenced 14 days, working days or calendar days?
Answer: It is 14 business days, but it could take longer due to TDOT personnel working remotely, and this timeframe does not include any changes that may have to be made.
6. Question: Bid Item #31 on sheet G001, states “See Keynote C on sheets L102 & L103” concerning 240 SF of concrete pavers @ crosswalks. No keynote C is given. No work appears on either the demolition drawings or hardscape site layout drawings regarding concrete pavers @ existing crosswalks. Please clarify.
Answer: See Clarifications and Modifications to Bid Documents, ITEM 7.
Local Government Guidelines Form 8-5 March 9, 2018
DBE AWARD INFORMATION FOR CONTRACTORS AND CONSULTANTS ON LOCALLY LET FEDERAL AID CONTRACTS
County: PIN:
Contract Award Amount: Federal Project Number:
Federal Dollars in Contract: State Project Number:
Contract Award Date:
Name of Prime Contractor:
Proposed DBE Goal or None: % or None
*This form must be resubmitted to [email protected] if the DBEs change on the project.
NAMES OF SUBCONTRACTORS ETHNICITY** GENDERSUBCONTRACT
AMOUNT
DBE Certified Work Type to be performed: 2nd Tier $
DBE Certified Work Type to be performed: 2nd Tier $
DBE Certified Work Type to be performed: 2nd Tier $
DBE Certified Work Type to be performed: 2nd Tier $
DBE Certified Work Type to be performed: 2nd Tier $
TOTAL DBE COMMITMENT: $
SUBMITTED BY: DATE:
**Ethnicity= Black American (BA), Hispanic American (HA), Native American (NA), Asian Indian American (AIA), Asian-Pacific American (APA), Non-Minority Women (FBE), Other (OT)
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 1 of 12
PRE-BID CONFERENCE RECORD
Wednesday, June 17, 2020
10:00 AM at Fourth Bluff Park
29 N. Front Street, Memphis, TN 38103
Project: Cobblestone Landing Restoration and Improvements (also known as “Cobblestone Landing Restoration and Walkway”)
83 S. Riverside Drive, Memphis, TN 38103
TDOT PIN: 108673.00 Federal Project No.: HPP-9409(108)
State Project No.: 79LPLM-F3-039
City of Memphis Project No.: 10C31A.2
For the City of Memphis Division of Parks & Neighborhoods
City of Memphis RFQ No.: 3577
NOTES PREPARED BY:
Lee Wilson / Tetra Tech
Jim Reeder / Memphis River Parks Partnership
Mike Lemm / City of Memphis
Ritchie Smith / Ritchie Smith Associates
I. PRE-BID CONFERENCE
A. Welcome & Opening Remarks
Jim Reeder (JR) with Memphis River Parks Partnership welcomed all attendees to the non-
mandatory Pre-Bid Conference and thanked them for their interest in the project. He asked
attendees to legibly fill out the sign-in sheet with their name, firm name, telephone number and
email address. Contractors/subcontractors were advised that they needed to sign in, so they could
receive an official copy of the Pre-bid Conference Record. The sign-in sheets are attached.
JR reviewed the recommended procedures related to COVID-19 and asked that everyone maintain
6-foot social distancing during the meeting and site visit. Lee Wilson (LW) also advised that face
masks and alcohol hand sanitizer was available to the attendees, as well as bottled water.
B. Introduction of Project Team
JR introduced the project team present:
City of Memphis - Mike Lemm, Project Manager
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 2 of 12
Tetra Tech - Lee Wilson, Senior Civil Engineer
Ritchie Smith Associates - Ritchie Smith and Looja Shakya, Landscape Architects.
JR advised that Pan American Consultants (not present) will be performing archaeological and
historical preservation activities during construction, under contract with Tetra Tech. JR advised
that the Tennessee Department of Transportation (TDOT), not present, would provide a significant
role in the project.
C. Project Overview
The main purpose of the project is to restore the existing Cobblestone Landing due to its current
degraded condition.
JR advised that the project was funded in large part from Federal Highway Administration funds,
administered by the TDOT, in a grant agreement with the City of Memphis. JR advised that the
project Bid Documents were based on TDOT standards, and this is not a typical City of Memphis
solicitation. JR advised all attendees to carefully review all of the Bid Documents.
The Construction Contract Duration is 730 calendar days (2 years) from the date of the Notice to
Proceed.
D. Meeting Guidelines
JR advised that any statements made by project team members at the meeting were meant to be
advisory for contractors interested in bidding on the project and/or subcontractors who may be
working with the prime contractors. However, if any statements made by project team members
appear to be in conflict with the Bid Documents (Proposal contract, construction drawings,
specifications, etc.); or if any attendee believed they heard project team members making any
comment in conflict with the Bid Documents, then the Bid Documents shall govern and those
statements shall be disregarded.
JR informed attendees that if they had questions on the Bid Documents or needed clarification, to
submit those questions/clarifications in writing to Tetra Tech. Official responses will be provided in
writing. JR advised that Lee Wilson would also discuss this process later in the meeting.
E. Project Description and Scope of Work
LW described the project scope which involves restoration of the historic Memphis Cobblestone
Landing and related site improvements. The project site is located between Wolf River Harbor and
Riverside Drive, north of Beale Street Landing and south of Mississippi River Park. The scope of
work includes, but is not limited to the following:
1. Bank stabilization with placement of open-cell and closed-cell articulating concrete block
(ACB) revetment mat systems, and limited riprap placement;
2. Removal of silt, vegetation, concrete and asphalt from the cobblestone field;
3. Filling of eroded and depressed areas of the cobblestones;
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 3 of 12
4. Installation of salvaged historic cobblestones and new tumbled concrete cobbles;
5. Repairing and restoring the historic mooring rings and the river gage;
6. Construction of an accessible walkway connecting to the cobblestone field between the
Monroe Avenue overlook area and the Court Avenue entrance;
7. Installation of two pedestrian overlooks with stairs and interpretive plaques at Union
Avenue and Monroe Avenue overlooks;
8. Installation of a decorative fountain and pedestrian lighting at the Union Avenue overlook;
9. Installation of two 10-foot color concrete bands which run east/west along the southern and
northern edge of the historic cobblestone field; and two 8-foot concrete utility corridors
which are oriented east/west at the Union and Monroe Avenue overlooks;
10. Removal of above-ground utilities in the cobblestone field area;
11. Installation of underground electrical and potable water facilities, from the MLGW points of
connection to the utility corridor located west of the Union Avenue overlook;
12. Installation of a utility room beneath the Union overlook for electrical and plumbing
equipment and piping;
13. Installation of bored piles (helical pulldown micropiles) to support the Union Avenue
overlook structure; and
14. Limited landscape plantings.
F. Historical Background
Ritchie Smith (RS) discussed the historical significance of the project. The Cobblestone Landing, also
referred to as the Memphis Landing, dates to the founding of Memphis in 1819. At that time, the
Riverfront Promenade was established as a continuous band of public land along the riverfront to
accommodate a future river landing and public buildings along the bluff top. The Promenade was a
bold civic gesture and extended from the river shoreline east up the bluff and to Front Street. The
street grid pattern for Memphis also included four public squares, the most prominent being Court
Square.
The Memphis Landing was established in 1838 and is a nationally significant inland river port. At
over 7 acres, it is the largest remaining cobblestone landing in the U.S. It is a national historic
landmark; and in 2011, was listed in the National Register of Historic Places. The Cobblestone
Landing is also part of the Cotton Row Historic District, listed in the National Register in 1978.
Memphis Landing was generally unpaved until 1859 when cobblestones were laid on a 7:1 gradient
to stabilize the slope and accommodate rapidly growing riverboat traffic. The cobblestones were
installed in three periods: 1859-1861; 1866-1868; and 1880-1881. When completed the
cobblestones extended from Court Street south to Beale Street, and from the harbor’s edge east to
the railroad tracks. In the 1930s, Riverside Drive was built over the east edge of the cobblestones.
The Memphis Landing includes approximately 90 cast iron mooring rings used by riverboats in the
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 4 of 12
past, and an historic iron gauge near the south end. The cobblestones themselves include granite
and other rock types, mostly of igneous origin, from the Upper Midwest. Riverboats carried these
stones downriver as ballast. The stones were laid on compacted earth with sand joints.
Due to the historic significance of the Memphis Landing, and in compliance with Section 106 of the
National Historic Preservation Act of 1966, the contractor must exercise extreme care during
construction of the project. In the construction drawing set, the X-sheet drawings include detailed
procedures for restoring various areas of the cobblestone field, while preserving other areas
including the cobblestones, mooring rings, and river gauge. Most of the cobblestone field is in good
condition with little work required, but other areas have settled or missing cobblestones, or those
overlaid with sediment, gravel, asphalt or concrete. The Contractor will be responsible for repairing,
at their expense, any alteration or damage to historic features which are designated to be
preserved.
G. Permits and Special Project Requirements
JR discussed permitting and special project requirements related to construction of the project.
1. Environmental Permitting / Restrictions
The project site is subject to flooding from the Mississippi River and the Wolf River Harbor.
The contractor would be able to perform work when river stages are favorable. Refer to
Specification Section 01315 - River Stages in Volume I - Proposal Contract; and to the
Historical River Stages Section in Volume II - Appendices for more detailed information
regarding river stages. The current construction contract duration is 730 calendar days, and
if favorable river stages do not occur during this contract period, the contractor may be
eligible for a time extension.
The Contractor will be prohibited from undertaking any construction activities that involve in-stream work during the period of April 1st through June 30th of any calendar year during the construction contract duration. This requirement is for the protection of the spawning period of the Pallid Sturgeon and the Blue Sucker.
The project required a Tennessee Department of Environment and Conservation (TDEC) Water Quality Division ARAP Permit/Section 401 Water Quality Certification, and U.S. Army Corps of Engineers’ Section 404/10 Permit and Section 408 Permit The project construction activities shall follow any stipulation and/or provisions contained in these permits. The bidders should carefully review these permits to ensure their construction activities will comply.
Prior to construction, the contractor will be required to execute the project’s Notice of Intent (NOI) and Contractor Certifications for General NPDES Permit for Stormwater Discharges from Construction Activities.
Copies of the above-referenced permits were included in the Proposal Contract with SP107FP (Special Provision Regarding Water Quality and Storm Water Permits).
2. Railroad Coordination
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 5 of 12
The project design includes electrical work within the right-of-way of Canadian
National Illinois Central (CNIC) Railroad, and the Contractor shall coordinate
fully with the CNIC Railroad for this work. Refer to Special Provision SP105C in
the Proposal Contract for specific railroad coordination requirements. LW
stated there were also notes on the construction drawing (E162) related to this
railroad coordination.
3. Local Agency Permitting
The project’s construction drawings have been reviewed by the
Memphis/Shelby County Construction Code Enforcement Office. The
Contractor will have to pull the Building, Electrical, and Plumbing permits
required for the project. (Note: At the meeting the project team stated that
the drawings were approved by Code Enforcement. While this is mostly
accurate, there are some additional documents such as shop drawings that
need to be submitted by Contractor before the permit can be obtained. This
will be further clarified by Addendum.)
The contractor must obtain a City of Memphis Street Cut Permit for the project.
LW stated that this is required for construction in the Riverside Drive Right-of-
Way and public drainage infrastructure near the north end of the project. A
separate set of 24”x36” drawings were reviewed and approved by City of
Memphis Engineering Department; but the awarded Contractor will have to
pull the permit from City Engineering. The construction information on the
24”x36” drawings is also shown on the 30”x42” drawings issued for bid
(although the plan scales are different for some sheets).
H. Current Bid Schedule
JR went over the project schedule leading up to the bid opening date.
Bid Advertisement (TDOT Website)…………………………………………..June 4, 2020
Bid Advertisement (The Daily News)…………………………………………June 9 & 10, 2020
Bid Advertisement (City Website)………………………………….………… June 10, 2020
Pre-Bid Conference……………………………………………………….………….June 17, 2020, 10:00 AM
Deadline for Inquiries/Questions …………………..…………………………June 29, 2020 by 5:00 PM
Written Response to Inquiries/Questions…………………………………Until July 1, 2020
Due Date for Bids……………………………………………………………………..July 8, 2020 by 12:00 PM (Noon)
Bid Opening……………………………………………………………………………..July 8, 2020, 12:00 PM (Noon)
Note: At the time of the Pre-Bid Conference, the dates shown above with the strike
out were valid. However, all dates shown after the date of the Pre-Bid Conference will
be extended seven (7) calendar days by Addendum No. 1, which will be issued to all
official Plan Holders.
The Proposal Contract requires that bids be valid for 120 calendar days after the bid
opening. This amount of time is required by the City of Memphis in order for the City
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 6 of 12
to complete its review of the proposal bids with TDOT and to complete their
resolution/appropriation/contracting processes prior to executing the construction
contract.
I. Bidding Information
LW reviewed the bidding process, from obtaining the Bid Documents through bid
submittal and bid opening.
Note: Some details below may have been omitted during the meeting presentation;
but are also contained in the Bid Documents, or state/federal requirements which are
included by reference; and shall be considered as part of the official Pre-Bid Conference
Record.
1. Obtaining Bid Documents:
a. Hard copies of the Bid Documents may be obtained for a non-refundable fee of $200.00. Contact Lee Wilson, Tetra Tech via e-mail ([email protected]) for further information.
b. Bidders must purchase a hard copy of the Bid Documents to be eligible to place a bid.
c. Purchase of a hard copy of Bid Documents places contractor on official plan holder list to receive addendum(s).
2. Bidder Inquiries:
a. Bidders’ inquiries/questions related to the Bid Documents shall be
directed to Lee Wilson at Tetra Tech via email
([email protected], CC: [email protected]). Refer to
Instructions to Bidder in Proposal Contract and Bid Advertisement
(Notice to Contractors of Construction Bids).
b. Oral statements, responses and explanations will NOT be binding.
c. Any changes and/or clarifications to the Bid Documents, or responses to
Bidders’ inquiries/questions will be made via addendum(s), distributed
by email to all official plan holders.
3. Bidder Prequalifications:
a. Bidders must meet TDOT’s prequalification requirements to be eligible to
place a bid. Refer to Instructions to Bidder in the Proposal Contract.
b. Bidders must be licensed with the Tennessee Department of Commerce
and Insurance (TDCI), Board for Licensing Contractors (BLC) within
twenty-one (21) days of the bid opening, in accordance with TDOT
Standard Specifications in the classifications required by TDOT. Refer to
Instructions to Bidder in the Proposal Contract.
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 7 of 12
c. Bidders must be in good standing with the Tennessee Department of
Transportation and Tennessee Secretary of State.
4. Bid Submittals:
a. All bids must include on the outside of the bid envelope: the name of the project,
the bid date and the bid opening time (12:00 PM CDT). Refer to Bid Advertisement
(Notice to Contractors of Construction Bids) for specific requirements.
b. Bidders shall submit the entire bounded Proposal Contract (Volume I) with the
original executed forms contained therein. Refer to Instruction to Bidder in the
Proposal Contract for specific requirements.
c. Sealed bids will be received by the City of Memphis at their offices in 125 North
Main Street, Room 354, City Hall, Memphis, TN 38103 until 12:00 PM CDT (noon),
Wednesday, July 08, 2020. (Note: Bid Submittal deadline will be revised to July 15,
2020 by Addendum No. 1; and the location at City Hall where bids will be received
will also be changed by Addendum No. 1).
d. Bids will be opened publicly at 125 North Main Street, Council Chambers, 1st Floor,
City Hall, Memphis, TN 38103 at 12:00PM CDT, Wednesday, July 08, 2020 that hour.
(Note: Bid Opening date will be revised to July 15, 2020 by Addendum No. 1. The
bids will no longer be opened publicly at the date and location stated above.
Addendum No. 1 will specify how bidders can obtain the results of the bid opening).
e. Proposals will be rejected as irregular if prior to the formal opening of the Proposal,
all of the Bid Documents requiring signature and/or to be filled out completely (such
as Proposal Form; Acknowledgement of Receipt of Addendum; Proposal
Certification; Proposal Bond Form or the Proposal Guarantee, whichever is
applicable; and the Drug Free Workplace Affidavit) are not properly signed,
executed and filled out with the required information. Proposals will be rejected if
any of the above signatures are a reproduced copy. Bid books or Proposals shall
not be taken apart. Proposals taken apart may be subject to rejection. Copies of
Proposal sheets may not be attached to the Proposal, except for any revised
documents issued by Addendum. Proposals containing forms not issued by the City
of Memphis or Tetra Tech may be subject to rejection.
f. Proposals will be rejected as irregular when submitted by a bidder who is
not on TDOT’s Prequalified Contractors list and/or not in good standing
on the date of bid opening, in accordance with Subsection 102.01 of the
TDOT Standard Specifications and Chapter 1680-5-3, Prequalification of
Contractors, of the Rules of the Tennessee Department of
Transportation.
g. A Disadvantaged Business Enterprise (DBE) Goal of eight (8%) percent
has been set for this project and must be met or exceeded. The Bidder
shall submit the completed TDOT DBE Form 8-5. Failure of the Bidder to
provide a completed form or documentation clearly evidencing a good
faith effort may cause the bid to be rejected as irregular. Only certified
DBE firms may be used. Bidders may access certification information by
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 8 of 12
viewing the TNUCP DBE Directory website. Refer to Special Provision
SP1247LP located in the Proposal Contract for specific requirements.
Tetra Tech will issue TDOT Form 8-5 to all official Plan Holders by
Addendum, which will also require bidders to submit the form with their
proposal by the bid due date instead of within 3 business days after bid
opening.
h. Each proposal must be accompanied by a bidder's bond, or Cashier's
Check, or Certified Check made payable to the amount equaling not less
than five percent (5%) of the amount bid. Refer to the Proposal Contract
for specific requirements.
i. The Proposal and the Proposal Bond, including the attached Power of
Attorney, shall be valid and binding for 120 days subsequent to the bid
opening date. Refer to the Proposal Contract for specific requirements.
j. Each bidder must sign, execute and submit the City of Memphis Drug-Free
Workplace affidavit included in the Proposal Contract (Volume I) as part of its bid
proposal, also due on the bid due date. Failure to comply with this requirement will
be cause for the bidder’s proposal to be rejected as nonconforming. Refer to the
Supplementary Conditions in the Proposal Contract, Part II for specific
requirements.
J. Miscellaneous
JR reviewed the City of Memphis requirement for additional contractor’s liability
insurance requirements which exceed TDOT’s requirements. The City’s additional
insurance requirements are specified in the Proposal Contract’s Supplemental
Conditions, Part I – Additional Contractor’s Liability Insurance. The Contractor shall not
commence work until it has obtained and provided to the City of Memphis proof of all
of the additional insurance requirements.
LW stated that the prime General Contractor is required to self-perform at least 30% of
the work, per TDOT requirements.
LW stated that there is a City of Memphis standard specification in the Proposal
Contract bid book, regarding which Inclement weather delays. Specification Section
01310 establishes a baseline in days, which if exceeded can be considered for time
extensions due to weather; but not due to river stages.
LW stated that working hour limitations are 6 AM to 6 PM unless otherwise directed by
the City. The construction site is expected to be accessible at all times, but during
special events such as Memphis in May there could be some traffic congestion in the
area.
LW described the MLG&W utility connections which are proposed for the project,
including potable water and electrical services. There is an existing 400-amp
electrical service to the riverboat facilities at the landing, which will be modified from
an overhead to underground system. A new 125-amp service for the new fountain and
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 9 of 12
utility room lights/outlets will also be installed (note: this may have been mistakenly
stated as 110-amp service at the meeting. Please disregard). Pay items for the work
to be performed by MLG&W for these connections are included in the bid form. An
Addendum will be issued regarding the amounts to be used by all bidders on these
items.
K. Adjournment
The pre-bid conference at Fourth Bluff Park was adjourned at approximately 11 AM
CST; and attendees were directed to the non-mandatory site visit immediately
following at Cobblestone Landing. A separate sign-in sheet or attendee list for the site
visit was not prepared by the project team.
II. SITE VISIT
The site visit began at the north end of the Cobblestone Landing at Riverside Drive and
Court Avenue, immediately south of the River Garden at Mississippi River Park. RS led the
group on a site walk south to Union Avenue and described a number of key features in the
project scope.
Pedestrian enhancements at the north end include new steps going down to the
cobblestones at Court Avenue, connecting to a concrete edge band that will stabilize and
contain the north edge of cobblestone field. The same edge band will occur on the south
end of the cobblestones. These edge bands and all concrete paving within the cobblestone
field will be a special concrete mix with gray color admixture and sandblasted finish.
Another feature in this area will be an approximately 600-foot long accessible walkway
along the east edge of the cobblestones, extending from the north ramp at the Monroe
Overlook area to the Court Avenue Entrance.
RS described the improvements at Monroe Overlook including removal of all asphalt paving
and replacement with historic stone cobbles salvaged from this project. The metal
guardrail along the west edge of the two vehicular ramps will be enhanced with steel pipe
rail. An interpretive area with a mooring ring exhibit and plaque will be in this area at the
top of steps. At the Monroe Overlook area, RS led the group for a walk on the
cobblestones to review various restoration conditions in the scope of work. RS noted that
historic stone cobbles salvaged from this project will be used for infill and restoration
within the historic field. Beyond the historic field to the west, tumbled concrete cobbles
will be used if the supply of stone cobbles is depleted.
The site walk concluded at the location of the proposed Union Avenue Overlook. RS
described the plaza that will extend west beyond the current retaining wall. LW noted that
the top portion of this retaining wall will be removed to accommodate the plaza. Grand
stairs will descend to the cobblestones from the north and south ends of the plaza. The
focal point of the plaza is a fountain, with fountain elements and perimeter seat walls
constructed of granite. The plaza will include Cotton Row post lights and interpretive
plaques along the west railing. Below the plaza is a utility room containing piping, conduits
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 10 of 12
and equipment related to the electrical and plumbing services. Most of the fountain
equipment will be in a prefabricated vault which will be at the Riverside Drive west
sidewalk, south of the overlook plaza.
West of the Union Avenue Overlook, and also west of the Monroe Overlook, color concrete
paving bands will extend to the west edge of the cobblestone field. Beneath the paving
band at Union area will be a corridor for the new underground utilities. LW noted that all
overhead utilities, power poles, wires etc. in the cobblestone field will be removed as part
of the project.
JR discussed the open- and closed-celled articulating concrete block (ACB) revetment
system that will be installed along on the west edge of the project. This will provide
protection against erosion and bank scouring. Over the decades, bank erosion and scouring
resulted in cobblestones being displaced and lost in the harbor. JR and RS noted that the
ACB material is similar to that used at Beale Street Landing, immediately south of the
Cobblestone Landing.
JR noted that the ACB revetment will have a gentler slope on the northern end of the
project to provide a landing and launch area for small boats such as canoes and kayaks.
JR pointed out the existing electrical cabinet on west side of Riverside Drive, which will
serve as the power source for the permanent electrical services.
JR also noted that the Contractor will have to provide safe access for the employees of the
Memphis Riverboats across the construction site, to their floating dock facility (string out)
which is located along the Cobblestone Landing water’s edge in the Wolf River Harbor. JR
also stated that the Memphis Riverboats would be required to move their facility north and
or south along the Harbor to accommodate construction.
The site visit was adjourned at approximately 12 PM CST (noon).
III. QUESTIONS AND ANSWERS
This section includes oral questions asked during the Pre-Bid Conference and Site Visit on July 17, 2020.
Any oral statements at the July 17 event in response to said questions are non-binding; but the answers
below are to be considered official responses.
Other questions received in writing will be responded to by Addendum to all official Plan Holders.
1. Question: Will the Memphis Riverboats string out be removed during
construction?
Answer: The Memphis Riverboats string out (floating dock facility) will remain in
the Wolf River Harbor adjacent to the Cobblestone Landing; but will be required to
move north or south along the harbor as required to accommodate construction. It
should be noted that the Memphis Riverboats boards and deboards passengers on
their vessels from the Beale Street Landing facility and not at the Cobblestone
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 11 of 12
Landing. The contractor will also be required to provide daily access for Memphis
Riverboats employees from Riverside Drive to the floating dock facility. See
paragraph 1.3 of Section 01140 - Work Restrictions for more information.
2. Question: Do subcontractors have to be prequalified with TDOT?
Answer: Yes, a prospective subcontractor must be prequalified by TDOT and in good standing with TDOT prior to being approved as a subcontractor during the contract award phase. However, unlike prime contractors, subcontractors do not have to be prequalified by the date of Bid Opening. For additional information, refer to the paragraphs "Prequalification of Bidders” and "Licensing Requirements" in the Instructions to Bidders section of the Proposal Contract.
3. Question: How will the contractor be paid for the removal of debris, tree limbs and sediment from the project site?
Answer: The Contractor will be paid a lump sum for clearing and grubbing (Pay Item No. 201-01). This will include all debris and sediment removal on the project site at the time construction commences. Any additional removal of disposal of trash and debris will be paid for by the cubic yard per Pay Item No. 202-01.04, and the removal of sediment will be paid for by the cubic yard per Pay item No. 209-05. Refer to the pay item footnotes on drawings for additional information.
4. Question: What was the gauge reading at the Memphis Gauge on Wednesday June 17, 2020,
the day of the pre-bid conference?
Answer: The gauge reading as recorded at 6:00 AM on 6/17/2020 at the Memphis Gauge was
17.6 feet.
5. Question: Can the gauge readings at the Memphis Gauge be used to approximate the water
surface elevations at the Cobblestones?
Answer: Yes, the Memphis Gauge readings can be used to approximate the water surface
elevations at the Cobblestone Landing. Zero reading at the Memphis Gauge is 183.9 feet
NGVD. All else being equal, there is approximately a 1.1-foot rise in river water surface
elevation from the location of the Memphis Gauge further south, to the location of the
Cobblestone Landing at Wolf River Harbor. Therefore add 1.1 foot to the water surface
elevation at the Memphis Gauge to determine an approximate water surface elevation at the
Cobblestone Landing. For example, if you have a Memphis Gauge reading of 5 feet, the
approximate water surface elevation at Cobblestone Landing would be 183.9 + 5 + 1.1 = 190.0
Feet, NGVD. This computation is further described in the SECTION 01315 – RIVER STAGES.
6. Question: Will the cobblestones at the Monroe Avenue ramps need to be grouted?
Answer: In accordance with Site Layout Plan 1/L403 in the construction drawings, cobblestones
PIN 108673.00; Cobblestone Landing Restoration and Improvements; Memphis; Shelby Co., TN 6/17/2020 Pre-Bid Conference Record Page 12 of 12
will have grout joints only at and near the top of Monroe Landing, at and near the elevation of
Riverside Drive. Refer to the hatch pattern on 1/L403. Refer also to Sheet X103 and Detail
2/X500.
END OF PRE-BID CONFERENCE RECORD
Martin Carodine Precise Contracting 901-774-8010 [email protected]