← Back to Cortlandcountyny Gov

Document cortlandcountyny_gov_doc_071fe60e30

Full Text

ADDENDUM NO. 01 to the PROPOSAL CONTRACT DOCUMENTS for CORTLAND COUNTY AIRPORT – CHASE FIELD CORTLAND, NEW YORK East T Hangar Taxilane Reconstruction & Main Apron Rehabilitation May 23, 2018 FAA AIP No. 3-36-0017-025-2017 NYSDOT P.I.N. 3903.55 MJ PROJECT NO. 18329.01 ---PAGE BREAK--- CONTENTS ADDENDUM NO. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION Section Description TOC - 1 MJ/18329.01 01 Instructions 02 Minutes from Pre-Bid Conference 03 Questions Received and Answers ---PAGE BREAK--- ADDENDUM No. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION 01 - 1 MJ/18329.01 1. INSTRUCTIONS TO ALL HOLDERS OF CONTRACT DOCUMENTS Your attention is directed to the following interpretations of changes in and additions to the Contract Documents for the construction of the East T Hangar Taxilane Reconstruction & Main Apron Rehabilitation project at the Cortland County Airport – Chase Field (N03). Please indicate receipt of this addendum number and date of addendum on page P-5 of the Proposal Documents. ---PAGE BREAK--- ADDENDUM No. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION MJ/18329.01 2. MINUTES OF PREBID CONFERENCE Cortland County Airport East T Hangar Taxilane Reconstruction & Main Apron Rehabilitation Project Pre-Bid Meeting Agenda / Minutes – May 22, 2018 (10:00 A.M.) I. Sign-in Sheet: Please sign the attached meeting sign-in sheet. Sign-in sheet attached. II. Project Description: The project includes a Base Bid only. A general description of the major work associated with the Base Bid is as follows: • Base Bid: o Mobilization o MPT Including Installing & Removing Temporary Stub Taxiway and Taxilane o East T Hangar Taxilanes – Full-depth Pavement Reconstruction o Main Apron - Pavement Rehabilitation o Removing Existing Aircraft Tie-downs o Installing New Aircraft Tie-downs o Removal of Existing Pavement Markings o Permanent Pavement Markings o Topsoil and Hydro-seeding o Site Cleanup and Restoration III. Relationships A. The Owner: Cortland County, New York B. Grant Agencies: Federal Aviation Administration New York State Department of Transportation C. Engineer: McFarland-Johnson, Inc. D. Contractor: to be awarded as a single contract with Cortland County IV. Items included in the Bid The contract bid items include in general: A. Maintenance and Protection of Traffic (MPT): Refer to the Construction Safety and Phasing Plans and MPT specifications for detailed requirements. The following is a brief description of the MPT requirements for the project: 1. Four work areas have been developed for the project to minimize, to the extent practicable, impacts on airport operations and safety. ---PAGE BREAK--- ADDENDUM No. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION MJ/18329.01 ♦ Work Area 1 – 25 Calendar Days ♦ Work Area 2 – 20 Calendar Days ♦ Work Area 3 – 15 Calendar Days ♦ Work Area 4 – 10 Calendar Days Liquidated damages will be assessed the Contractor per SGP-74 (Page SGP-59 of Specifications) for incomplete work beyond the completion times of individual phases in all Work Areas for each Calendar Day or portion thereof. 2. All vehicles operating on the airport shall be appropriately marked including a 3’ x 3’ orange and white checkered flag during the day, and amber rotating beacons at night. 3. Work Area 2 requires the contractor to rent a 1,500 gallon 100LL Avgas fuel truck for Owner’s use in fueling aircraft for the duration of this phase. Access to the existing fuel island will be obstructed during this phase. The Owner’s trained aircraft fueling personnel will operate the fuel truck to fuel aircraft. 4. Contractors should familiarize themselves with all aspects of the MPT item as noted in the plans, details, notes, and specifications. The importance of “FOD” control was emphasized. 5. Contractor staging areas and access routes are as shown on the Construction Safety and Phasing Plans. B. Pavements: • The airfield bituminous pavements items include NYSDOT mix designs for the taxilane reconstruction pavement (Work Area • FAA P-401 Surface Course mix will be used on the Apron rehabilitation pavement (Work Areas 2 and • Bituminous pavement acceptance criteria include plant testing and compaction after placement. • Existing Pavement section removal for the existing full depth asphalt pavement section at East T Hangar Taxilanes shall be under Item P-152-4.1, Unclassified Excavation. Pavement removal for the Main Apron Rehabilitation shall be under Item M-101-5.1, Mill Bituminous Pavement and shall be profile milling. Contractor shall maintain millings on-site for re-use in other items of work as directed by the Engineer See Addendum Items Below. • The pavement subbase course is FAA P-154 and pavement base course is FAA P-209 crushed aggregate base course. ---PAGE BREAK--- ADDENDUM No. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION MJ/18329.01 • There are no cost escalation clauses included in the contract. C. Project Survey and Stakeout: • All work must be performed under the direction of a NYS licensed surveyor. • Contractor should review Item M-150 in the specifications and Plan notes to become familiar with construction grade control requirements and acceptable survey methods. D. Excavation and Embankment: ♦ The contractor should familiarize themselves with the compaction requirements within Item P-152, P-154 and P-209. ♦ The P-152-4.4 Unsuitable Excavation and Replacement item shall include using existing suitable material, as ordered by the Engineer. ♦ Unclassified excavation includes stripping of topsoil. E. Pavement Markings: ♦ Removal of existing apron pavement markings at permanent marking tie-ins. ♦ Includes new permanent apron markings and taxiway markings at tie-ins. E. General Requirements: ♦ Cleanup is critical on an active airfield and should receive appropriate attention in the bidding process. F. Contractor’s Schedule: a. Note that award of a construction contract will not be approved by County until late January 2019, and all contract work shall be performed in 2019. b. As per Section 100-04 of the Contract Specifications, Contractor shall provide a construction schedule for all work activities. This schedule shall be submitted to the Engineer prior to the Pre-Construction meeting. The schedule will be reviewed, and may be modified and approved during the Pre-construction meeting. The approved schedule shall be maintained throughout the project to the satisfaction of the Engineer. V. Additional Considerations/Topics – A. Airport Access ♦ Gates: The contractor shall coordinate all ingress and egress locations and/or access with the airport manager and the resident engineer. ---PAGE BREAK--- ADDENDUM No. 01 EAST T HANGAR TAXILANE RECONSTRUCTION & MAIN APRON REHABILITATION MJ/18329.01 B. General Requirements for review ♦ Bonding and Insurance – the Contractor is directed to review the requirements for insurance and bonding. ♦ Prevailing Wages – both State and Federal wage rate schedules are included in the contract documents as both Federal and State funding has been included in the project. The contractor shall be required to pay the higher of the two schedules. ♦ DBE Goal – 2.5% ♦ Prime bidders are required to submit a list for the prime and all subcontractor’s that lists the firm’s name, address, whether or not the firm is a certified DBE firm, age of firm, and annual gross receipts with bids. ♦ Workforce goals: 2.5% Minority, 6.9% Female ♦ Robert Buerkle, [EMAIL REDACTED] (MJ) – Design Interpretations ♦ Quality Control Plans: the contractor should note that they are required to submit a project quality control plan per Section 100 of the specifications. ♦ Proposal Submission: All bidders shall submit an original and one copy of all documents listed on Page P-3 “Proposal Checklist”. Copied documents shall be clearly marked “COPY” and bound as a complete set. C. Addendum Items ♦ Addendum No. 1 will be issued on 5/23 ♦ Last Day for written questions will be Friday, May 25, 2018. This is due to General Municipal Law, the fact that May 28, 2018 is a Holiday (Memorial Day) and the Consultant needs ample time to address questions and create any Addenda by May 29, 2018. ♦ In the Bid Plans, Drawing No. CS-03, PHASE 2 CONSTRUCTION SAFETY AND PHASING NOTES, Note 13 is herewith modified to replace the word “WEEKEND” with “SUNDAY AND MONDAY”. ♦ Millings from Main Apron milling operations (Work Areas 2 & 3) are to remain the property of the County and shall be stockpiled on the airport property at a location designated by the Owner. ♦ Millings from T Hangar taxilane pavement removal milling operations may also be stockpiled on the airport property at a location designated by the Owner, if desired, at a location designated by the Owner. ♦ Contractor shall stockpile suitable millings and/or excavated subbase material during unclassified excavation of T Hangar taxilane pavement section for use as suitable replacement material under item P-152-4.4, Unsuitable Excavation and Replacement. Such stockpiled materials from Work Area 1 that are not placed under Item P-152- 4.4 shall be removed from the Airport and properly disposed of by the Contractor. VI. Open Discussion – None ---PAGE BREAK--- ---PAGE BREAK--- ADDENDUM No. 01 JET-A FUEL FARM & 100LL FUEL SYSTEM UPGRADES MJ/18329.01 3. QUESTIONS AND RESPONSES The following Bidders’ questions received via email are addressed in this Addendum:. Questions: 1. For Bonding purposes, what is the Project Cost Estimate? A. The Estimated Project Construction Bid Cost is between $1.0M and $1.5M 2. The Bid Opening is scheduled for 6/5/18 and 5 business days prior is 6/29/18. Pre-bid questions are due 5/25? A. This subject was addressed at the Pre-bid meeting and the answer is contained in the Pre-Bid meeting minutes.