You are on page 1of 43

1.

CONTRACT ID CODE PAGE OF PAGES


AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
1 43
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 5. PROJECT NO. (If applicable)

0004 12/04/2023 See Block 14


6. ISSUED BY CODE 693C73 7. ADMINISTERED BY (If other than Item 6) CODE 693C73
FEDERAL HIGHWAY ADMINISTRATION FEDERAL HIGHWAY ADMINISTRATION
EASTERN FEDERAL LANDS HIGHWAY DIVISION EASTERN FEDERAL LANDS HIGHWAY DIVISION
QUANTUM PARK, 22001 LOUDOUN COUNTY PKWY QUANTUM PARK, 22001 LOUDOUN COUNTY PKWY
SUITE E2-3-300 SUITE E2-3-300
ATTN:ACQUISITIONS ATTN:CONSTRUCTION
ASHBURN VA 20147 ASHBURN VA 20147
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State and ZIP Code) 9A. AMENDMENT OF SOLICITATION NO.
(x)
693C7324B000005
9B. DATED (SEE ITEM 11)
x
10/23/2023
10A. MODIFICATION OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13)


CODE FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS

x The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers is extended, x is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended , by one of the following methods: (a) By completing
Items 8 and 15, and returning 1
___________ copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted ; or (c) By
separate letter or electronic communication which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE
RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR
OFFER. If by virtue of this amendment you desire to change an offer already submitted , such change may be made by letter or electronic communication, provided
each letter or electronic communication makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.
12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM ONLY APPLIES TO MODIFICATION OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

CHECK ONE A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT
ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office,
appropriation data, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not is required to sign this document and return __________________ copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)
Project PR ER DOT PRMNT RPR(15):
The purpose of this Amendment is to:

1) Revise the Solicitation Bid Schedule (B Pages) to:


a) Revise and replace the Bid Schedule to remove and add new pay items to schedule A as
follows:
i. 21000-6000, Temporary Rock Barrier Sediment Trap (Removed)
ii. 63603-1000, 8" Ductile Iron Pressure Relief Valve (Removed)
iii. 62700-3000, Jute Mesh (Added)
iv. 63603-6000, 1" Air Relief Valve (Added)
v. 63603-7000, 8" Ductile Iron Pressure Reducing Valve (Added)
Continued ...
Except as provided herein, all terms and conditions of the document referenced in Item 9 A or 10A, as heretofore changed, remains unchanged and in full force and effect .
15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

15B. CONTRACTOR/OFFEROR 15C. DATE SIGNED 16B. UNITED STATES OF AMERICA 16C. DATE SIGNED

(Signature of person authorized to sign) (Signature of Contracting Officer)


Previous edition unusable STANDARD FORM 30 (REV. 11/2016)
Prescribed by GSA FAR (48 CFR) 53.243
REFERENCE NO. OF DOCUMENT BEING CONTINUED PAGE OF
CONTINUATION SHEET
693C7324B000005/0004 2 43
NAME OF OFFEROR OR CONTRACTOR

ITEM NO. SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT

(A) (B) (C) (D) (E) (F)

b) See B Pages Changes Summary_Amendment 4.pdf


for details.

2) Revise the Special Contract Requirements (J


Pages) as follows:
a) Delete and substitute subsection 638-3.08 (d)
b) Delete and substitute subsection 638-3.08 (f)
c) See SCR Changes_Amendment 4.pdf for details.

3) Revise the Government Furnished Information as


follows:
a) Replace 2017 PRHTA's Material Testing Schedule
with the latest version of the document.
b) See Government Furnished Document
Summary_Amendment 4.pdf for details.

4) Provide a summary of responses to


questions/clarifications asked by potential
offerors.

The Bid Opening date of December 14, 2023, at


2:00 p.m. EST remains unchanged.

NSN 7540-01-152-8067 OPTIONAL FORM 336 (4-86)


Sponsored by GSA
FAR (48 CFR) 53.110
Amendment No. 0004

U.S. DEPARTMENT OF TRANSPORTATION


FEDERAL HIGHWAY ADMINISTRATION
EASTERN FEDERAL LANDS HIGHWAY DIVISION

Amendment No. 0004


Project PR ER DOT PRMNT RPR (15)
Puerto Rico Highway and Transportation Authority
Landslide repairs in Barranquitas, Puerto Rico

The purpose of this Amendment is to:

1) Revise the Solicitation Bid Schedule (B Pages) to:


a) Revise and replace the Bid Schedule to remove and add new pay items to
schedule A as follows:
i. 21000-6000, Temporary Rock Barrier Sediment Trap (Removed)
ii. 63603-1000, 8" Ductile Iron Pressure Relief Valve (Removed)
iii. 62700-3000, Jute Mesh (Added)
iv. 63603-6000, 1" Air Relief Valve (Added)
v. 63603-7000, 8" Ductile Iron Pressure Reducing Valve (Added)

b) See B Pages Changes Summary_Amendment 4.pdf for details.

2) Revise the Special Contract Requirements (J Pages) as follows:


a) Delete and substitute subsection 638-3.08 (d)
b) Delete and substitute subsection 638-3.08 (f)
c) See SCR Changes_Amendment 4.pdf for details.

3) Revise the Government Furnished Information as follows:


a) Replace 2017 PRHTA's Material Testing Schedule with the latest version of the
document.
b) See Government Furnished Document Summary_Amendment 4.pdf for details.

4) Provide a summary of responses to questions/clarifications asked by potential offerors.

The Bid Opening date of December 14, 2023, at 2:00 p.m. EST remains unchanged.

Info Page 1 of 1
Amendment No. 0004

B Pages changes

1. Delete Cost Proposal Bid Schedule and Cost Proposal Summary Pages B-1 through B-5 and
substitute with the amended Cost Proposal Bid Schedule and Cost Proposal Summary, pages B-1
through B-5.

a) Delete the following pay item from Schedule A:


1. 21000-6000, Temporary Rock Barrier Sediment Trap
2. 63603-1000, 8" Ductile Iron Pressure Relief Valve

b) Add the following pay items to Schedule A:


1. 62700-3000, Jute Mesh
2. 63603-6000, 1" Air Relief Valve
3. 63603-7000, 8" Ductile Iron Pressure Reducing Valve

B Pages Changes Summary Page 1 of 1


B-1 Amendment No. 0004
B I D S C H E D U L E
Schedule A
Project No: PR ER DOT PRMNT RPR(15) Submitted by: __________________________

Project Name: PR-152; HWY-246, 247, 248, 249, 252, & 253 Schedule Total: _________________________

Item
Quantity Unit Unit Price Amount
No.
15000-1000 Construction Survey and Staking
Line 0010 ALL LPSM $
15100-1000 Mobilization
Line 0020 ALL LPSM $
15102-0000 Reimbursement for Municipal Tax Payments
Line 0030 1 CTSM $ 650,000.00
15401-0000 Contractor Testing
Line 0040 ALL LPSM $
15401-1000 Contractor Testing (Biological Species Monitoring)
Line 0050 ALL LPSM $
15501-0000 Construction Schedule
Line 0060 ALL LPSM $
20100-0000 Clearing and Grubbing
Line 0070 4.00 Cuerda $ $
20100-3000 Cutting and Removing Trees, Small
Line 0080 84 Each $ $
20200-1000 Removal of Structures and Obstructions
Line 0090 ALL LPSM $
20300-1000 Unclassified Excavation
Line 0100 35,000 m3 $ $
20300-5000 Borrow Class B
Line 0110 7,700 m3 $ $
20500-1000 Trench Excavation, Unclassified
Line 0120 1,300 m3 $ $
21000-1000 Silt Fence
Line 0130 700 M $ 10.00 $ 7,000.00
21000-2000 Straw Bales
Line 0140 50 Each $ 15.00 $ 750.00
21001-1000 Stabilized Construction Entrance
Line 0150 6 Each $ $
30400-1000 Aggregate Base Course
Line 0160 115 m3 $ $
40300-1000 Cold Milling Bituminous Concrete Pavement, depth=0.025m
Line 0170 3,000 m2 $ $
42100-3000 HPM Bituminous Pavement Mix Type S (50)(38)
Line 0180 230 TON $ $
42100-4000 HPM Bituminous Pavement Mix Type B (50)(12)
Line 0190 150 TON $ $
60200-1000 Reinforcing Steel
Line 0200 1,500 lb $ $
60300-1000 18" Reinforced Concrete Pipe Class-III
Line 0210 75 M $ $
B-2 Amendment No. 0004
B I D S C H E D U L E
Schedule A
Project No: PR ER DOT PRMNT RPR(15)
Project Name: PR-152; HWY-246, 247, 248, 249, 252, & 253

Item
Quantity Unit Unit Price Amount
No.
60300-2000 24" Reinforced Concrete Pipe Class-III
Line 0220 60 M $ $
60300-3000 30" Reinforced Concrete Pipe Class-III
Line 0230 85 M $ $
60400-1000 Manhole, Type A, Diam. 1.20m, Height 3.84m
Line 0240 1 Each $ $
60400-3000 Manhole, Type A, Diam. 1.20m, Height 3.48m
Line 0250 1 Each $ $
60400-4000 Manhole, Type A, Diam. 1.20m, Height 4.56m
Line 0260 1 Each $ $
60400-5000 Manhole, Type A, Diam. 1.20m, Height 5.12m
Line 0270 1 Each $ $
60400-7000 Concrete Drainage Structure, Headwall Type B
Line 0280 4 Each $ $
60400-8000 Manhole, Type B, Diam. 1.83m, Height 1.67m
Line 0290 2 Each $ $
60400-9000 Manhole, Type B, Diam. 1.83m, Height 4.07m
Line 0300 1 Each $ $
60401-4000 Special Inlet, Type 4
Line 0310 3 Each $ $
60401-7000 Inlet, Type 4
Line 0320 7 Each $ $
60500-1000 4" Underdrain, Perforated PVC
Line 0330 300 M $ $
60600-1000 W-Beam Guardrail, Single Face
Line 0340 250 M $ $
60600-4000 Removal, Storage and Delivery of Existing Guardrail
Line 0350 200 M $ $
61101-1000 Field Office
Line 0360 31 mo $ $
61400-1000 Gabions
Line 0370 3,200 m3 $ $
61700-1000 Concrete Paved Waterway, Type I
Line 0380 450 m2 $ $
61700-8000 Concrete Channel, Type A
Line 0390 150 m2 $ $
61700-9000 Concrete Channel, Type B
Line 0400 390 m2 $ $
61800-2000 Thermoplastic Pavement Marking Stripes, White
Line 0410 950 M $ $
61800-3000 Thermoplastic Pavement Marking Stripes, Yellow
Line 0420 130 M $ $
B-3 Amendment No. 0004
B I D S C H E D U L E
Schedule A
Project No: PR ER DOT PRMNT RPR(15)
Project Name: PR-152; HWY-246, 247, 248, 249, 252, & 253

Item
Quantity Unit Unit Price Amount
No.
62200-2000 Dumped Riprap, Class 2
Line 0430 20 m3 $ $
62200-5000 Filter Blanket, Type A
Line 0440 8 m3 $ $
62500-1000 Furnishing and Placing Loamy Topsoil
Line 0450 150 m3 $ $
62700-1000 Seeding, (without mulch)
Line 0460 10,000 m2 $ $
62700-3000 Jute Mesh
Line 0470 9,900 m2 $ $
63500-5000 Concrete Pole, M-16-1, 2, 3, 4
Line 0480 13 Each $ $
63501-5000 PREPA Transmission Standard, 38-CP-5
Line 0490 1 Each $ $
63501-6000 PREPA Transmission Standard, 38-CP-6
Line 0500 7 Each $ $
63501-7000 PREPA Transmission Standard, 38-CP-7
Line 0510 6 Each $ $
63501-8000 PREPA Transmission Standard, 38-CP-8
Line 0520 4 Each $ $
63502-1000 PREPA Transmission Standard, S-1
Line 0530 1 Each $ $
63502-2000 PREPA Transmission Standard, S-2
Line 0540 3 Each $ $
63502-3000 PREPA Transmission Standard, S-3
Line 0550 4 Each $ $
63502-4000 PREPA Transmission Standard, S-4
Line 0560 3 Each $ $
63502-5000 PREPA Transmission Standard, S-5
Line 0570 2 Each $ $
63502-6000 PREPA Transmission Standard, S-6
Line 0580 7 Each $ $
63503-1000 Conductor 556.6 MCM ACSR
Line 0590 2,190 M $ $
63503-2000 Conductor 336.6 MCM (SPACER) ACSR
Line 0600 2,190 M $ $
63503-3000 PREPA Transmission Standard, TF-1-2
Line 0610 10 Each $ $
63503-4000 PREPA Transmission Standard, TE-1-2-3
Line 0620 10 Each $ $
63503-5000 PREPA Transmission Standard, E-1-2-3
Line 0630 2 Each $ $
B-4 Amendment No. 0004
B I D S C H E D U L E
Schedule A
Project No: PR ER DOT PRMNT RPR(15)
Project Name: PR-152; HWY-246, 247, 248, 249, 252, & 253

Item
Quantity Unit Unit Price Amount
No.
63503-6000 PREPA Transmission Standard, F1-3
Line 0640 2 Each $ $
63503-7000 PREPA Transmission Standard, M2-1
Line 0650 2 Each $ $
63504-1000 Removal of Existing PREPA Facilities
Line 0660 ALL LPSM $
63504-2000 Utility Company Compensation (PREPA)
Line 0670 1 CTSM $ 20,000.00
63602-1000 4" Ductile Iron Pipe, Class 350
Line 0680 211 M $ $
63602-2000 12" Ductile Iron Pipe, Class 350
Line 0690 162 M $ $
63602-5000 4" Ductile Iron Pipe, Gate Valve
Line 0700 6 Each $ $
63602-6000 12" Ductile Iron Pipe, Gate Valve
Line 0710 6 Each $ $
63603-2000 8" Ductile Iron Pipe, Class 350
Line 0720 31 M $ $
63603-4000 8" Ductile Iron Pipe, Gate Valve
Line 0730 4 Each $ $
63603-6000 1" Air Relief Valve
Line 0740 1 Each $ $
63603-7000 8" Ductile Iron Pressure Reducing Valve
Line 0750 1 Each $ $
63604-1000 Removal of Existing PRASA Facilities
Line 0760 ALL LPSM $
63604-8000 Utility Company Compensation (PRASA)
Line 0770 1 CTSM $ 60,000.00
63604-9000 Concrete Box Manhole
Line 0780 2 Each $ $
63802-1000 Maintenance of Traffic (MOT)
Line 0790 ALL LPSM $
66100-1000 Project Funding Sign
Line 0800 2 Each $ $
93101-1000 Removal and Disposal of Lead Based Paint (Painted Guardrail)
Line 0810 140 M $ $
93101-3000 Removal and Disposal of Lead-Based Paint (Pavement Marking, 0.15m Width)
Line 0820 65 M $ $
93101-4000 Removal and Disposal of Lead Based Paint (Painted Curb)
Line 0830 6 m2 $ $
93501-0000 Locate Utility, Test Pit
Line 0840 22 Each $ $
B-5 Amendment No. 0004

BID SUMMARY
Project PR ER DOT PRMNT RPR(15)

(1) Schedule A (Base Contract) Bid Total (from Page B-1) = (1) $____________________

The performance period for the completion of Schedule A is 920 Calendar Days.
Amendment No. 0004

Special Contract Requirement (J Pages) changes

1. Delete Subsection 638-3.08 (d) and substitute with the following:

(d) Each temporary traffic signals shall be located as shown on plans or as approved by the
Engineer. The contractor must provide delineation, channelization and/ or protection of the
temporary traffic signal.

2. Delete Subsection 638-3.08 (f) and substitute with the following:

(f) The Contractor must provide on each signal controller cabinet a sign indicating the
telephone number and the contact information for the Traffic Control Supervisor and/ or other
assigned contractor personnel to be called for repairs in case of malfunctioning of the signal
system.

B Pages Changes Summary Page 1 of 1


Amendment No. 0004

Government Furnished Document changes

1. Delete 2017 PRHTA's Material Testing Schedule and replace with the latest version of
PRHTA's Material Testing Schedule.

a) PRHTA's Material Testing Schedule was replaced to include the latest


version of the document.

Government Furnished Document Changes


Page 1 of 1
By Migdalia Carrion-Alers at 5:15 pm, Dec 17, 2019
Amendment No. 0004

Questions/Clarifications

Bidders can send written questions or inquiries for clarification to: eflhd.contracts@dot.gov.
Questions can be submitted at any time, but questions submitted within 10 days of the bid
opening may not be answered in time for the bidder to properly incorporate the responses into
their proposal.

The following questions and issues were asked via email. The Government response or
clarification is provided. Due to the repetitive nature of several questions and issues, the
wording of the questions may have been revised, and some questions not have been included.
The Government’s direct response to the sender may also have been updated below for better
clarity.

1. There is no detail for the Temporary Rock Barrier Sediment Trap. Please provide detail.

Response: Pay item 21000-6000 Temporary Rock Barrier Sediment Trap has been
removed from Schedule A because is no longer needed in this contract. The revised Bid
Schedule will be provided in this amendment.

2. We understand that Item 63603-1000 8” Ductile Iron Pressure Relief Valve asks for an air
relief valve for the 8” diameter pipe. Please corfirm the diameter of the valve.

Response: : Pay item 63603-1000 8" Ductile Iron Pressure Relief Valve is not included
in this contract and has been removed from Schedule A. The Bid Schedule has been
revised in this amendment to include Pay item 63603-7000 8" Ductile Iron Pressure
Reducing Valve.

3. There is no item for payment for the air relief valves required at the 4” diameter water lines.

Response: There is a 1-inch air relief valve to be installed in a 4-inch diameter water
line located at site HWY-249. The Bid Schedule has been revised in this amendment to
include Pay item 63603-6000 1” Air Relief Valve.

4. There is no item for payment for the “Jute Mesh” required.

Response: The Bid Schedule has been revised in this amendment to include Pay item
62700-3000 Jute Mesh.

5. There is no item for payment for the “Curb & Gutter” required.

Response: Construction of curb and gutter is not included in this contract.

Questions/Clarifications
Page 1 of 1

You might also like