Addendum No. 1 Page 1 of 1 ADDENDUM NUMBER 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR HARNETT REGIONAL JETPORT AIRFIELD LIGHTING REHABILITATION (AND NEW AWOS) TO: All Prospective Bidders DATE: 12/3/2020 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below: PRE-BID CONFERENCE A copy of the pre-bid conference minutes and sign in sheet are attached. PROJECT SPECIFICATIONS Bid Schedule DELETE the previous Bid Schedule and replace with the attached revised bid schedule. Note the following changes: • Add New Bid item #50 – Clearing, 1.5 AC Construction Safety and Phasing Plan No. 1 (CSPP-1) ADD clearing location to plan sheet. Summary of Quantities (Q-1) REVISE the summary of quantities to match those listed in the revised bid schedule in this Addendum. If you have any questions, please contact Michael Baker Engineering, Inc., at (919) 481-5747, prior to the bid opening on Thursday, January 12, 2017. Enclosures: • Pre-Bid Conference Minutes and Attendees Sign In Sheet • Bid Schedule, pages B-3-1 through B-3-3 • Revised CSPP-1 sheet • P-151 Clearing specification END OF ADDENDUM NO. 1
This document is posted to help you gain knowledge. Please leave a comment to let me know what you think about it! Share it to your friends and learn new things together.
Transcript
Addendum No. 1
Page 1 of 1
ADDENDUM NUMBER 1 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR
HARNETT REGIONAL JETPORT AIRFIELD LIGHTING REHABILITATION (AND NEW AWOS)
TO: All Prospective Bidders DATE: 12/3/2020 This addendum forms a part of the Contract Documents and modifies the original Bidding Documents as noted below:
PRE-BID CONFERENCE A copy of the pre-bid conference minutes and sign in sheet are attached.
PROJECT SPECIFICATIONS
Bid Schedule DELETE the previous Bid Schedule and replace with the attached revised bid schedule. Note the following changes:
• Add New Bid item #50 – Clearing, 1.5 AC
Construction Safety and Phasing Plan No. 1 (CSPP-1) ADD clearing location to plan sheet. Summary of Quantities (Q-1) REVISE the summary of quantities to match those listed in the revised bid schedule in this Addendum. If you have any questions, please contact Michael Baker Engineering, Inc., at (919) 481-5747, prior to the bid opening on Thursday, January 12, 2017. Enclosures:
• Pre-Bid Conference Minutes and Attendees Sign In Sheet • Bid Schedule, pages B-3-1 through B-3-3 • Revised CSPP-1 sheet • P-151 Clearing specification
END OF ADDENDUM NO. 1
Pre-bid Conference
Page 1 of 3
HARNETT REGIONAL JETPORT AIRFIELD LIGHTING REHABILITATION (AND NEW AWOS)
PRE-BID CONFERENCE MINUTES December 1, 2020 @ 9:00 AM
Project Description: The work may be generally described as the removal and replacement of the existing taxiway and runway lighting systems with new LED lights and signs, conduit, cable, and fixtures; the replacement of the existing PAPI system; the installation of new REILs; and the installation of a new AWOS, including power, communications, site work and a paved service road. Work elements shall include, but not be limited to, the removal of approximately 317 runway and taxiway lights; the removal and replacement of the existing PAPI-2s;the installation of approximately 250 runway and taxiway lights; the installation of approximately 28 runway and taxiway signs; the installation of approximately 39,750 linear feet of electrical conduit and approximately 102,000 linear feet of electrical cable; concrete pads and foundations for signs and AWOS system; installation of a new AWOS system as described in the plans and specifications; and the installation of access road for the new AWOS location. Bid Opening: The County of Harnett will receive proposals for the Airfield Lighting Rehabilitation project at the office of the Harnett County Purchasing Agent until December 15, 2020 at 2:00 p.m. Bids received after the stated time will not be accepted. All accepted proposals will be publicly opened and read aloud at the office of the Harnett County General Services department on December 15, 2020 at 2:30 p.m. Bids should be plainly marked: “BID ENCLOSED – HARNETT REGIONAL JETPORT – AIRFIELD LIGHTING REHABILITATION” on the face thereof. Original and one copy of the Bid Form, Schedules, and other required documents are required for submission of BID. DO NOT SUBMIT THE PROJECT MANUAL OR DRAWINGS WITH BID. The mailing address to receive bid proposals (UPS or FedEx only):
Harnett County Purchasing Agent Attn: Renea Warren-Ford 420 McKinney Parkway Lillington, North Carolina 27546
Pre-bid Conference
Page 2 of 3
Bid opening address (bids must be received at the previous address): Harnett County General Services Department 200 Alexander Drive Lillington, North Carolina 27546 The bidders must be properly licensed under Chapter 87, General Statues of North Carolina (G.S. 87-15). Bidders submitting a bid for the project must be registered with the North Carolina Department of Transportation as being a “Prequalified Bidder”, “Prequalified POC Prime Contractor” or “Prequalified Subcontractor” at the time of the bid opening. Subcontractors working on the project must be registered as a “Prequalified Bidder”, “Prequalified POC Prime Contractor” or “Prequalified Subcontractor” prior to the start of construction. Failure to obtain the necessary registration shall disqualify a bidder. Information regarding the prequalification process can be found at the following website: https://connect.ncdot.gov/business/Prequal/Pages/default.aspx. Bid Requirements: Certain mandatory federal requirements apply to this solicitation and will be made a part of any contract awarded: a. Presidents Executive Order No. 11246 as amended by 29 CFR Part 30 and 41
CFR Part 60. b. Davis Bacon and Related Acts, 29 CFR Parts 1, 3 and 5. c. Copeland Act, 29 CFR Parts 3. d. Contract Work Hours and Safety Standards Act. e. Title VI of Civil Rights Act of 1964. f. Disadvantaged Business Enterprises participation 49 CFR Part 26 will be as
described in Subpart D of Regulation 49 CFR Part 26, and all pertinent amendments. The DBE goal for this project is 0%.
Award of the Contract: The project is conditioned upon the receipt of State and/or Federal funding and is subject to all applicable policies, laws, and regulations. CONSTRUCTION TIME AND PHASING. To minimize the impact to aircraft operations and airfield tenants, the Contract shall be completed in phases as described on the plans. Each phase of the Contract shall be completed within the contract time as specified herein. The entire project duration to include mobilization, Phase 1 and Phase 2 will encompass 180 consecutive calendar days. Additional requirements and restrictions for each phase of the work are described on the Project Layout and Safety Plan and Construction Sequence and Phasing Plan. The time schedule for completion of this
Pre-bid Conference
Page 3 of 3
project is critical and liquidated damages as prescribed in the Contract will be enforced.
a. Time Schedule: Phase I. All work required as part of this phase shall be completed within one hundred twenty (120) consecutive calendar days after the completion of the 60 consecutive calendar day Mobilization period or after the issuance of a Notice-to-Proceed for Phase 1, whichever is most restrictive, and as described in the Construction Safety and Phasing Plan. The construction start date will be agreed upon between the Owner and Contractor, mobilization will begin 60 days prior to the agreed upon construction start. Phase II. All work associated with this part of this phase shall be completed within 60 consecutive calendar days and as described in the Construction Safety and Phasing Plan. Work in this phase may be completed concurrently with work in Phase 1.
b. Material Delivery: Upon approval of the bid and securing the necessary funding
by the Owner and NCDOA, the Engineer will issue a Notice-of-Award. The Contractor shall immediately order materials. The Contractor shall furnish documentations confirming order date and material delivery.
Liquidated Damages:
1. $750 per consecutive calendar day for each phase 2. $500 per minute/part of minute for each runway opening 3. Punch list items shall be completed within fourteen (14) calendar days from
the date of the final inspection. Failure to do so will result in liquidated damages of $500/day beyond the fourteen-day period.
Pre-bid Conference
Page 4 of 3
Questions and Answers: Q1: Quantities call for schedule 40 PVC and plans show schedule 80? A1: Conduit shall be Schedule 40 PVC as shown on detail sheets EA-401, EA-402,
and EA-404. Q2: Can the design for the mow pads be simplified. Instead of an octagon, can it
be a simple square paralleled to the pavement edge (EA-401)? A2: Mow pad shape and orientation in relation to taxiway edge designed to ease
mowing operations. Install mow pads per Detail 4, Sheet EA-401. Q3: Will the power company pull the secondary feeder from the transformer? A3: See Detail 2, Sheet EA-502 for Utility Matrix responsibilities. Q4: Is there any clearing to be done? A4: See Detail 1: AWOS Utility Site Plan, sheet EA-502 for Clearing and Grubbing
location for the installation of power pole. See revised sheet CSPP1 provided as attachment with Addendum #1 for added
1.5 AC clearing location. Q5: Will the AWOS load center be supplied? A5: Only the sensors and tower will be supplied. Q6: It looks like there is excessive concrete for the pull can plazas (EA-406).
Would it be fine to use less concrete? A6: Provide bid and install per plans. If the contractor proposes an alternative Junction
Can Plaza installation, it can be evaluated during construction.
6 L-105-5 Remove Existing Sign from Concrete Foundation 7 EA $ $
7 L-105-6 Remove Existing Sign and Concrete Foundation 17 EA $ $
8 L-108-1 No. 8 AWG, 5 kV, L-824, Type C Cable - In Conduit 34,100 LF $ $
9 L-108-2 No. 6 AWG, Solid, Bare Counterpoise Wire, Installed in Trench, Above the Duct Bank or Conduit, Including Ground Rods and Ground Connectors 41,750 LF $ $
2. CONTRACTOR STAGING AREA SHALL BE COORDINATEDWITH THE AIRPORT DIRECTOR AND ENGINEER.
3. SEE SHEETS CSPP-2 AND CSPP-3 FOR GENERALPHASING NOTES AND DETAILS.
4. CONSTRUCTION AND MAINTENANCE OPERATIONS BYOTHERS MAY OCCUR CONCURRENTLY AND IN THEVICINITY OF CONSTRUCTION ASSOCIATED WITH THISPROJECT. THE CONTRACTOR SHALL COORDINATEOPERATIONS AND COOPERATE WITH MAINTENANCECREWS AND OTHER CONTRACTORS WORKING ON THEAIRPORT.
5. CONSTRUCTION VEHICLES MUST YIELD TO ALLAIRCRAFT TRAFFIC AT ALL TIMES WHEN NAVIGATINGAROUND WORK AREAS.
6. LIGHTED RUNWAY CLOSURE "X"S SHALL BE PLACED ONTHE RUNWAY NUMBER MARKINGS DURING RUNWAYCLOSURES.
7. SEE SHEET CSPP-3 FOR RSA, ROFA, TSA, AND TOFADIMENSIONS.
8. ALL TRENCHES SHALL BE FILLED AT THE END OF EACHWORK PERIOD (DAY OR NIGHT).
9. RUNWAY SHALL NOT BE OPENED WITH OPENEXCAVATIONS WITHIN THE RSA.
10. NO CONCRETE SHALL BE POURED WITHIN THE RSADURING THE FINAL 2 HOURS OF ANY RUNWAYCLOSURE.
11. ONLY ONE (1) SUBPHASE AREA OF PHASE 2 MAY BECLOSED AT A TIME. LOW PROFILE BARRICADES SHALLBE PLACED ON PAVEMENT AT THE PERIMETER OFCLOSED SUBPHASE AREAS.
LEGEND(UNLESS OTHERWISE NOTED) A/C - AIR CONDITIONER BOC - BACK OF CURB BRW - BRICK WALL CB - CATCH BASIN - CENTER LINE CMF - CONCRETE MONUMENT FOUND CMP - CORRUGATED METAL PIPE CP - CALCULATED POINT CPP - CORRUGATED PLASTIC PIPE DI - DROP INLET EOP - EDGE OF PAVEMENT EM - ELECTRIC METER ESO -ELECTRIC STUB OUT FCL - CHAIN LINK FENCE FES - FLARED END SECTION PIPE FH - FIRE HYDRANT FOM - FIBER OPTIC MARKER GTS - GAS TEST STATION IPF - IRON PIPE FOUND IPS - IRON PIPE SET ISF - IRON STAKE FOUND LP - LIGHT POLE OHG - OVERHANG PP - POWER POLE PKNF - P.K.NAIL FOUND RBF - REBAR FOUND RCP - REINFORCED CONCRETE PIPE R/W - RIGHT OF WAY S - SIGN SSMH - SANITARY SEWER MANHOLE STMH - STORM MANHOLE TLP - TELEPHONE PEDESTAL TR - TRANSFORMER WM - WATER METER WV - WATER VALVE
AutoCAD SHX Text
80.33'
AutoCAD SHX Text
80.24'
AutoCAD SHX Text
80.32'
AutoCAD SHX Text
80.20'
AutoCAD SHX Text
80.30'
AutoCAD SHX Text
80.31'
AutoCAD SHX Text
80.33'
AutoCAD SHX Text
80.10'
AutoCAD SHX Text
100.30'
AutoCAD SHX Text
80.31'
AutoCAD SHX Text
100.26'
AutoCAD SHX Text
80.24'
AutoCAD SHX Text
125.27'
AutoCAD SHX Text
100.31'
AutoCAD SHX Text
125.27'
AutoCAD SHX Text
100.31'
AutoCAD SHX Text
50.05'
AutoCAD SHX Text
37.05'
AutoCAD SHX Text
36.73'
AutoCAD SHX Text
4.98'
AutoCAD SHX Text
13.35'
AutoCAD SHX Text
41.96'
AutoCAD SHX Text
14.33'
AutoCAD SHX Text
8.67'
AutoCAD SHX Text
80.30'
AutoCAD SHX Text
96.11'
AutoCAD SHX Text
80.30'
AutoCAD SHX Text
96.28'
AutoCAD SHX Text
7.82'
AutoCAD SHX Text
10.93'
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
195
AutoCAD SHX Text
190
AutoCAD SHX Text
190
AutoCAD SHX Text
190
AutoCAD SHX Text
190
AutoCAD SHX Text
190
AutoCAD SHX Text
N
AutoCAD SHX Text
GRAPHIC SCALE
AutoCAD SHX Text
SCALE IN FEET
AutoCAD SHX Text
300
AutoCAD SHX Text
0
AutoCAD SHX Text
150
AutoCAD SHX Text
300
AutoCAD SHX Text
600
AutoCAD SHX Text
AIRFIELD LIGHTING REHABILITATION
AutoCAD SHX Text
GBV
AutoCAD SHX Text
YB
AutoCAD SHX Text
JF
AutoCAD SHX Text
173774
AutoCAD SHX Text
Autocad Drawing Reference:
AutoCAD SHX Text
Business Unit:
AutoCAD SHX Text
Date:
AutoCAD SHX Text
Drawing Name:
AutoCAD SHX Text
Project Name:
AutoCAD SHX Text
CARY
AutoCAD SHX Text
Drawing Number:
AutoCAD SHX Text
Technician:
AutoCAD SHX Text
Checked by:
AutoCAD SHX Text
Project Number:
AutoCAD SHX Text
Designer:
AutoCAD SHX Text
Description
AutoCAD SHX Text
No.
AutoCAD SHX Text
Date
AutoCAD SHX Text
By
AutoCAD SHX Text
OCTOBER 2020
P-151 - 1
ITEM P-151
CLEARING AND GRUBBING
DESCRIPTION151-1.1 This item shall consist of clearing or clearing and grubbing, including the disposal of materials, for all areas within the limits designated on the plans or as required by the Engineer.
a. Clearing shall consist of the cutting and removal of all trees, stumps, brush, logs, hedges, the removal of fences and other loose or projecting material from the designated areas. The grubbing of stumps and roots will not be required.
b. Clearing and grubbing shall consist of clearing the surface of the ground of the designated areas of all trees, stumps, down timber, logs, snags, brush, undergrowth, hedges, heavy growth of grass or weeds, fences, structures, debris, and rubbish of any nature, natural obstructions or such material which in the opinion of the Engineer is unsuitable for the foundation of strips, pavements, or other required structures, including the grubbing of stumps, roots, matted roots, foundations, and the disposal from the project of all spoil materials resulting from clearing and grubbing.
CONSTRUCTION METHODS151-2.1 General. The areas denoted on the plans to be cleared or cleared and grubbed shall be staked on the ground by the Engineer. The clearing and grubbing shall be done at a satisfactory distance in advance of the grading operations.All spoil materials removed by clearing or by clearing and grubbing shall be disposed outside the Airport’s limits at the Contractor’s responsibility, except when otherwise directed by the Engineer. As far as practicable, waste concrete and masonry shall be placed on slopes of embankments or channels. When embankments are constructed of such material, this material shall be placed in accordance with requirements for formation of embankments. Any broken concrete or masonry that cannot be used in construction and all other materials not considered suitable for use elsewhere, shall be disposed of by the Contractor. In no case shall any discarded materials be left in windrows or piles adjacent to or within the airport limits. The manner and location of disposal of materials shall be subject to the approval of the Engineer and shall not create an unsightly or objectionable view. When the Contractor is required to locate a disposal area outside the airport property limits, the Contractor shall obtain and file with the Engineer permission in writing from the property owner for the use of private property for this purpose.Blasting shall not be allowed. The removal of existing structure and utilities required to permit orderly progress of work shall be accomplished by local agencies, unless otherwise shown on the plans. Whenever a telephone or telegraph pole, pipeline, conduit, sewer, roadway, or other utility is encountered and must be removed or relocated, the Contractor shall advise the Engineer who will notify the proper local authority or owner to secure prompt action.151-2.2 Clearing. The Contractor shall clear the staked or indicated area of all objectionable materials. Trees unavoidably falling outside the specified clearing limits must be cut up, removed, and disposed of in a satisfactory manner. To minimize damage to trees that are to be left standing, trees shall be felled toward the center of the area being cleared. The Contractor shall preserve
Jared.Penny
Cross-Out
Jared.Penny
Cross-Out
Jared.Penny
Cross-Out
Jared.Penny
Cross-Out
Jared.Penny
Cross-Out
Jared.Penny
Cross-Out
P-151 - 2
and protect from injury all trees not to be removed. The trees, stumps, and brush shall be cut flush with the original ground surface. The grubbing of stumps and roots will not be required.Fences shall be removed and disposed of as directed by the Engineer. Fence wire shall be neatly rolled and the wire and posts stored on the airport if they are to be used again, or stored at a location designated by the Engineer if the fence is to remain the property of a local owner or authority.151-2.3 Clearing and grubbing. In areas designated to be cleared and grubbed, all stumps, roots, buried logs, brush, grass, and other unsatisfactory materials shall be removed, except where embankments exceeding 3-1/2 feet (105 cm) in depth will be constructed outside of paved areas. For embankments constructed outside of paved areas, all unsatisfactory materials shall be removed, but sound trees, stumps, and brush can be cut off flush with the original ground and allowed to remain. Tap roots and other projections over 1-1/2 inches (38 mm) in diameter shall be grubbed out to a depth of at least 18 inches (0.5 m) below the finished subgrade or slope elevation.Any buildings and miscellaneous structures that are shown on the plans to be removed shall be demolished or removed, and all materials shall be disposed of by removal from the site. The cost of removal is incidental to this item. The remaining or existing foundations, wells, cesspools, and like structures shall be destroyed by breaking down the materials of which the foundations, wells, cesspools, etc., are built to a depth at least 2 feet (60 cm) below the existing surrounding ground. Any broken concrete, blocks, or other objectionable material that cannot be used in backfill shall be removed and disposed of at the Contractor’s expense. The holes or openings shall be backfilled with acceptable material and properly compacted.All holes under embankment areas remaining after the grubbing operation shall have the sides of the holes flattened to facilitate filling with acceptable material and compacting as required in Item P-152. The same procedure shall be applied to all holes remaining after grubbing in areas where the depth of holes exceeds the depth of the proposed excavation.
METHOD OF MEASUREMENT151-3.1 No measurement will be made for payment of this item. All costs shall be considered incidental to the item of work requiring its performance.
BASIS OF PAYMENT151-4.1 No direct payment will be made for this item. All costs shall be considered incidental to the item of work requiring its performance.
151-4.2 Payment shall be made at the contract unit price per acre (square meter) for clearing and grubbing. This price shall be full compensation for furnishing all materials and for all labor, equipment, tools, and incidentals necessary to complete the item.Payment will be made under:
Item P-151 Clearing and grubbing...............................................................per acre