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
Page 1 of 6
ADDENDUM NO.1
April 4, 2017
INDIANAPOLIS REGIONAL AIRPORT
REHABILITATE RUNWAY 16 34 IAA Project No. C 16 044
CONTENTS
ADDENDUM NO. 1 TEXT PAGES 2 3 PRE BID MEETING MINUTES PAGES 4 6 PRE BID ATTENDANCE LIST PAGES 7 –8 ATTACHMENTS: BID PROPOSAL PAGE BP 5 ITEMIZED PROPOSAL PAGES BP 5.1 & BP 5.2 SPECIAL PROVISION SP 33 SP 1
Page 2 of 6
Date: April 4, 2017
ADDENDUM NO. 1
INDIANAPOLIS REGIONAL AIRPORT REHABILITATE RUNWAY 16 34
IAA Project No. C 16 044
TO: All Plan Holders of Record The following addendum items modify, change, delete from or add to, the requirements of the contract documents for this project. The articles contained in the addendum take precedence over the requirements of the previously published contract documents. Where any article of the contract specifications or any detail of the contract drawings is modified or any paragraph, subparagraph or clause thereof is modified or deleted by the articles contained in this addendum, the unaltered provisions of that article, paragraph, subparagraph or clause shall remain in effect. All Contractors shall acknowledge receipt of this Addendum in the space provided in the Bid Proposal Packet.
Item No. 1 – Pre Bid Meeting
A. See attached for meeting minutes from the Pre&Bid Meeting held on March 29, 2017
B. See attached sign&in sheets from the Pre&Bid Meeting.
Item No. 2 – Question A. Question – Interstate Sealant & Concrete, Inc. “We observed that the centerline joint was over 1” wide for the entire length of the runway and widening out to as much as 3” wide on the south end. The Bid Items only allow for 400 LFT of preformed joint material for joints greater then 1” on the entire project and most of that would get used up on the south end of the runway. What material should be used for the centerline joint for the length of the runway? B. Answer & The centerline joint has been observed to expand and contract significantly throughout the year. During the
Page 3 of 6
summer months the centerline joint measured less than 1” for the length of the alignment with the exception of the south end. With construction occurring during the summer months, the intent is to use the conventional methods and materials as detailed in the plans with backer rod that is 1/8” larger diameter than the centerline joint width at the time of construction and sealed with DOW 890&SL or approved equal. The preformed joint material is anticipated to be used at the south end of the runway where the joint remains greater than 1” throughout the year. This response has been discussed with the American Concrete Pavement Association who concurred with this approach.
Item No. 3 – Bid Package
A. Delete Sheet BP&5 and insert new attached sheet BP&5. This sheet includes the Alternative Bid.
B. Delete Sheet BP&5.1 and insert attached sheets BP& 5.1 Itemized Proposal Base Bid and BP – 5.2 Itemized Proposal Alternate Bid.
Item No. 4 – Technical Provisions
A. Delete M 101 Field Office as this is not required for this project. B. Revise M 103 Construction Engineering section 103 3.1 to
“Construction Engineering shall be considered incidental to the contract.”
C. Delete M 104 Project Security as this is not required for this project. D. Revise M 564 Repair of pavement distress in rigid pavement
(Portland cement Concrete) pavements, page M 564 7, “Payment will be made under M 564 Concrete Pavement Removal (6” Depth).”
E. Revise D 705 Pipe Underdrains for airport, section 705 5.1 Basis of Payment to read: Payment will not be paid for separately but shall be considered incidental to SP 31 Subgrade Undercut and Replace per CYD.
F. Delete M 751 Manholes, catch basin, inlets and inspection holes as this is not require for this project.
Item No. 5 – Special Provisions A. Delete SP 9 Airport Security as this is not required for this project. B. Delete SP 26 Sodding as this is not required for this project C. Delete SP 27 Topsoil as this is not require for this project D. Add SP 33 Pre Qualifications Requirements. This is to ensure the
successful contractor is registered through the Indiana Department of Administration or the Indiana Department of Transporation.
Page 4 of 6
7800 Col. H. Weir Cook Memorial Dr. Indianapolis, Indiana 46241 office 317.487.9594 fax 317.487.5034
Pre Bid Meeting Summary Rehabilitate Runway 16 34
Indianapolis Regional Airport IAA Project #C 16 044
March 29, 2017, 2:00 pm
1. Introduction – presented by Tony McMichael Project Name: Rehabilitate Runway 16&34 Project Number: IAA Project; #C&16&044 a. Bidding Documents
b. Bid Time / Date / Location April 12, 2017 @ 2:00 pm in Main Terminal Board Room – Level 4
2. Project Representatives presented by Tony McMichael
A. Owner: Indianapolis Airport Authority – contact Tony McMichael B. Designer: Durham Engineering, Inc. – contact Rick Durham with Hanson
Professional Services Inc. – contact Joe Worley
C. Attendee Introduction (Include Company Name, identify if DBE / MBE / WBE / VBE)
3. Bidding Procedure presented by Tony McMichael A. Sealed opaque envelope marked outside with:
• Bidder's name • Project name • Date & time bids are due
B. Bid Proposal Package Items:
• Form 96 –Contractor’s Bid for Public Works • Financial Statement • Bid Bond or Certified Check totaling 5% of Bid • Contract Signature Page – must be signed • IAA Bid Proposal It was stated that the Itemized Proposal is included in the Spec Book and must be filled out and included in the Bid Proposal Package.
C. Bid questions – Must use the bid question form provided
Fatal Flaws
All must be completed in their entirety; else the bid will not be read and will not be given further consideration
Page 5 of 6
D. Last day to submit questions: (10) calendar days prior to bid day • Any questions on Bidding Procedure? • Because 10 days prior to bid day will be on a Sunday, last day to
submit questions shall be Monday April 3, 2017 at 4:00 pm local time.
4. Title VI of the Civil Rights Act of 1964 presented by Tony McMichael • The Authority, in accordance with the provisions of Title VI of the Civil Rights
Act of 1964 and the regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, will be afforded full and fair opportunity and that no persons on the grounds of race, color, national origin, sex or creed, be excluded from participation in, be denied the benefits of, or subjected to discrimination in consideration for this advertisement.
5. Supplier Diversity Participation Goals Holli Harrington, Director of
Supplier Diversity, [email protected], 317.487.5374 presented by Tony McMichael
• Diversity Participation goals are 18%, DBE, 15% MBE, 10% WBE and 3% VBE;
Overall 28% - If the combined percentages of the above goals are not met, the
contractor will be required to demonstrate its Good Faith Efforts (GFE) to attain the goals.
- GFE documentation must be submitted within three (3) days of notification as the apparent low bidder.
- Failure to demonstrate GFE will result in declaring the bid nonresponsive.
- See Special Provisions section of the Specifications for details regarding GFE.
• Any questions regarding the business diversity participation goals or GFE requirements?
6. Project Plans & Specifications Review – presented by Joe Worley w/ Tony
McMichael A. General Scope of Work:
• Contractor staging area/parking • Utilities
B. Funding: Federally Funded Project C. Erosion Control: Minor Erosion Control Items (Seeding and Mulching) D. Work Permit: Contractor will obtain an Airport Work Permit from Robert
Jones E. Project Time: Contract time is 40 Calendar Days,
• Liquidated damages: $500/day F. Site Logistics: Gate Security, MOT Plan, Work Hours, No Field Office is
required. G. Safety Plan: CSPP Requirement, Runway Closure H. Prominent Special Provisions/Conditions (pre&approval of or
equal)
Page 6 of 6
• Lighted Closure Crosses not required, however unlit ones are required.
I. Security considerations: Refer to GP 70&23 for Security considerations J. Site Tour: Following today’s pre&bid meeting.
Airfield electrical systems associated with the project area will be shut off by IAA staff. Lighted closure crosses will be required and provided by IAA. This change will be addressed in Addendum No. 1.
7. Review of Insurance Program
a. As listed in GP, Section 70 1. Refer to specific insurance requirements for “Relievers” as
identified in GP 70&11 )
b. Successful Bidder: * Include IAA as additional insured * Send directly to the IAA (Attn Project Manager)
• Any questions regarding the Insurance Program?
8. Project Start up = presented by Tony McMichael • Execution of contract anticipated at April 21, 2017 IAA board meeting • GP 30&6 bonds within 10 days of executed contract mailed or otherwise
delivered • GP 80&02 contractor expected to start work within 3 days of date in Notice to
Proceed • GP 80&03&01 contractor to submit initial schedule within ten (10) days of
contract award • GP 50&03&01 shop drawing to be submitted no later than seven (7) days after
contract award Summer 2017 construction is expected. “Wings Over Indy” has been cancelled. Associated moratorium dates in SP=32 no longer apply. This will be addressed in Addendum No. 1.
9. Pre Qualification Requirement presented by Tony McMichael In accordance with Indiana Code Section 5=16=13=1, et seq., prequalification with the Indiana Department of Administration (IDOA) or the Indiana Department of Transportation (INDOT) is required of all contractors, in any contractor tier, performing work under contract to the IAA which is estimated to be One Hundred Fifty Thousand Dollars ($150,000) or greater.
10. Questions– it was stated to submit questions in writing, see Section 3 above.
11. Diversity Networking Session Immediately following meeting
12. Site Visit – Occurred immediately following meeting. Meeting concluded at approximately 2:45 with the site visit concluding at approximately 3:15
BP BP BP BP ���� 5 5 5 5
SUBMITTED BY:
BID PROPOSAL
PROJECT: Rehabilitate Runway 16�34
PROJECT No
C&16&044
AIRPORT: INDIANAPOLIS REGIONAL AIRPORT MARION COUNTY, INDIANA. TO THE INDIANAPOLIS AIRPORT AUTHORITY INDIANAPOLIS, INDIANA Gentlemen: Gentlemen: The undersigned, having investigated the conditions affecting the cost of work, and with full knowledge of the requirements as set out in the Contract Documents, hereby tenders this bid to construct said project in accordance with the plans and specifications on file in the offices of the Indianapolis Airport Authority, 7800 Col. H. Weir Cook Memorial Drive, Indianapolis, Indiana 46241, hereby propose to furnish all necessary machinery, equipment, tools, labor, and other means of construction, and to furnish all material specified in the manner and in the time specified, agrees to accept the following prices for the various items as shown in the Contract Documents. TOTAL BASE BID AMOUNT (IN WORDS): Dollars $ TOTAL ALTERNATE BID (IN WORDS): ___________________________________________ ______________________________________________________ Dollars $ _________________ In submitting this bid, the bidder understands and acknowledges that the unit prices as set out in this proposal shall prevail in determining the total contract price and that any items shown in the drawings and/or specified, but not specifically mentioned in this proposal, are included in the respective unit prices submitted herein.
In submitting this bid, the bidder understands that the Indianapolis Airport Authority reserves the right to reject any and all bids. Within ten (10) calendar days from the date that the fully�executed contract is mailed or otherwise delivered to the successful bidder, the undersigned agrees to execute and furnish the required surety bonds and Certificate of Insurance.
AIR
PO
RT
:
DE
SIG
N:
HA
NS
ON
:
IAA
PR
OJE
CT
:
Pre
pare
d2�1
0�2
017 J
DW
F.A
.A. P
RO
JE
CT
:
Rev
ised
CA
LE
ND
AR
DA
YS
:
ITE
M N
O.
SP
EC
. N
O.
DE
SC
RIP
TIO
NU
NIT
QU
AN
TIT
YP
RIC
EC
OS
T
1M
�10
2M
AIN
TE
NA
NC
E O
F T
RA
FF
ICL
S1
2M
�10
5M
OB
ILIZ
AT
ION
/ D
EM
OB
ILIZ
AT
ION
LS
1
3M
�36
2C
LE
AN
& R
ES
EA
L L
ON
GIT
UD
INA
L &
TR
AN
SV
ER
SE
JO
INT
S I
N C
ON
CR
ET
E P
AV
EM
EN
TL
FT
45,0
00
4M
�36
2C
LE
AN
& R
ES
EA
L E
XP
AN
SIO
N/
ISO
LA
TIO
N J
OIN
TS
IN
CO
NC
RE
TE
PA
VE
ME
NT
� 1
" W
IDT
H O
R L
ES
SL
FT
515
5M
�36
2C
LE
AN
& R
ES
EA
L E
XP
AN
SIO
N/
ISO
LA
TIO
N J
OIN
TS
IN
CO
NC
RE
TE
PA
VE
ME
NT
�
GR
EA
TE
R T
HA
N 1
"L
FT
400
6M
�36
2R
OU
TE
AN
D S
EA
L C
RA
CK
S I
N C
ON
CR
ET
E P
AV
EM
EN
T (
UN
DIS
TR
IBU
TE
D)
LF
T200
7M
�56
4C
ON
CR
ET
E S
PA
LL
RE
PA
IR (
UN
DIS
TR
IBU
TE
DS
FT
100
8M
�56
4C
ON
CR
ET
E C
OR
NE
R S
PA
LL
RE
PA
IR (
UN
DIS
TR
IBU
TE
D)
SF
T100
9M
�56
4C
ON
CR
ET
E P
OP
OU
T/
CO
RE
HO
LE
RE
PA
IRE
AC
H50
10
P�6
20
PA
VE
ME
NT
MA
RK
ING
� W
HIT
ES
FT
30,4
70
11
P�6
20
PA
VE
ME
NT
MA
RK
ING
� Y
EL
LO
WS
FT
980
12
P�6
20
PA
VE
ME
NT
MA
RK
ING
� B
LA
CK
SF
T10,0
62
13
SP
�29
PA
VE
ME
NT
MA
RK
ING
RE
MO
VA
LS
FT
19,7
15
To
tal
Ba
se B
id
ITE
MIZ
ED
PR
OP
OS
AL
India
nap
oli
s R
egio
nal
Air
port
Reh
abil
itat
e R
unw
ay 1
6�3
4
16A
0047
C�1
6�0
044
40
BA
SE
BID
The
work
shal
l in
clude
the
rehab
ilit
atio
n o
f ru
nw
ay 1
6�3
4 p
avem
ents
for
India
nap
oli
s R
egio
nal
Air
port
(M
QJ)
, in
cludin
g j
oin
t cl
eanin
g a
nd s
eali
ng
and s
pal
l re
pai
r as
show
n o
n t
he
const
ruct
ion p
lans.
C
oncr
ete
pan
el r
emoval
and r
epla
cem
ent
wil
l be
bid
as
an a
lter
nat
e it
em.
User
Typewritten Text
BP 5.1
AIR
PO
RT
:
DE
SIG
N:
HA
NS
ON
:
IAA
PR
OJE
CT
:
Pre
pare
d2�1
0�2
017 J
DW
F.A
.A. P
RO
JE
CT
:
Rev
ised
CA
LE
ND
AR
DA
YS
:
ITE
M N
O.
SP
EC
. N
O.
DE
SC
RIP
TIO
NU
NIT
QU
AN
TIT
YP
RIC
EC
OS
T
1M
�56
4C
ON
CR
ET
E P
AV
EM
EN
T R
EM
OV
AL
(6
" D
EP
TH
)S
YD
625
2P
�50
1P
OR
TL
AN
D C
EM
EN
T C
ON
CR
ET
E P
AV
EM
EN
T (
6"
DE
PT
H)
SY
D625
3S
P�3
1S
UB
�GR
AD
E U
ND
ER
CU
T &
RE
PL
AC
EC
YD
245
T
ota
l A
lter
na
te B
id
ITE
MIZ
ED
PR
OP
OS
AL
India
nap
oli
s R
egio
nal
Air
port
Reh
abil
itat
e R
unw
ay 1
6�3
4
16A
0047
C�1
6�0
044
TB
D
AL
TE
RN
AT
E B
ID
The
work
shal
l in
clude
the
rehab
ilit
atio
n o
f ru
nw
ay 1
6�3
4 p
avem
ents
for
India
nap
oli
s R
egio
nal
Air
port
(M
QJ)
, in
cludin
g j
oin
t cl
eanin
g a
nd s
eali
ng
and s
pal
l re
pai
r as
show
n o
n t
he
const
ruct
ion p
lans.
C
oncr
ete
pan
el r
emoval
and r
epla
cem
ent
wil
l be
bid
as
an a
lter
nat
e it
em.
User
Typewritten Text
BP 5.2
SP�1
SP�33 CONTRACTOR PREQUALIFICATION REQUIREMENT
These provisions are intended to supplement and not replace the provisions of GP 20-01.
In accordance with Indiana Code Section 5-16-13-1, et seq., prequalification with the Indiana
Department of Administration (IDOA) or the Indiana Department of Transportation (INDOT) is required
of all contractors, in any contractor tier, performing work under contract to the IAA which is estimated
to be One Hundred Fifty Thousand Dollars ($150,000) or greater.
Within seven (7) calendar days of being notified of being the apparent successful Bidder, the Bidder shall
submit evidence of Prequalification by IDOA or INDOT.
If not already prequalified, an “Application for Prequalification Certificate for Contractors,
Subcontractors and Joint Ventures” can be found at the following link:
http://www.in.gov/idoa/2486.htm.
For questions, please contact:
Executive Secretary
Certification Board
Public Works Division, Indiana Department of Administration