Full Text
MJ No. 18329.01 Addendum 02-1 NYSDOT P.I.N. 3903.55 May 29, 2018 ADDENDUM NO. 2 Bidding and Contract Documents For RECONSTRUCT EAST T-HANGAR TAXILANES AND REHABILITATE MAIN APRON Cortland County Airport (N03) – Chase Field Cortland, New York CORTLAND COUNTY OF NEW YORK May 29, 2018 Prepared by: McFarland-Johnson, Inc. Metrocenter, 49 Court Street – P O Box 1980 Binghamton, NY 13902 NOTICE TO PROSPECTIVE BIDDERS ADDENDUM NO. 2 Prospective Bidders and all concerned are hereby notified of the following changes in the Contract Documents for RECONSTRUCT EAST T-HANGAR TAXILANES AND REHABILITATE MAIN APRON at Cortland County Airport (N03) – Chase Field, Cortland, New York. These changes shall be incorporated in and shall become an integral part of the contract documents. The number (No. 2) and the date (05/29/2018) of this addendum must be entered into the space provided on Page P-5 of the Proposal Forms. These changes will be incorporated into the Conformed Contract Documents to be issued to the successful bidder. ---PAGE BREAK--- MJ No. 18329.01 Addendum 02-2 NYSDOT P.I.N. 3903.55 May 29, 2018 PROJECT MANUAL PROPOSAL FORMS ADDENDUM ITEM NO. 1: REMOVE: Bid Proposal Form P-7. REPLACE with attached Bid Proposal Form P-7 REV. 01- 5/29/18 The revised bid proposal form removes the double-listing of Item No. M-150-5.1, Project Survey & Stakeout. BIDDING REQUIREMENTS, PROPOSAL AND CONTRACT FORMS NONE DIVISION 1 – SPECIFICATIONS – SPECIAL PROVISIONS ADDENDUM ITEM NO. 2: REMOVE: SP-1 CONTRACT PROVISION GUIDELINES FOR OBLIGATED SPONSORS AND AIRPORT IMPROVEMENT PROGRAM PROJECTS, A3 BREACH OF CONTRACT, Entire Page SP-4. REPLACE with attached SP-1 CONTRACT PROVISION GUIDELINES FOR OBLIGATED SPONSORS AND AIRPORT IMPROVEMENT PROGRAM PROJECTS, A3 BREACH OF CONTRACT, Page SP-4 Refer to the strikeouts and new language in italics ADDENDUM ITEM NO. 3: REMOVE: SP-1 CONTRACT PROVISION GUIDELINES FOR OBLIGATED SPONSORS AND AIRPORT IMPROVEMENT PROGRAM PROJECTS, A12 DISADVANTAGED BUSINESS ENTERPRISE, Entire Page SP-39. REPLACE with attached SP-1 CONTRACT PROVISION GUIDELINES FOR OBLIGATED SPONSORS AND AIRPORT IMPROVEMENT PROGRAM PROJECTS, A12 DISADVANTAGED BUSINESS ENTERPRISE, Entire Page SP-39. Refer to the strikeouts and new language in italics ---PAGE BREAK--- MJ No. 18329.01 Addendum 02-3 NYSDOT P.I.N. 3903.55 May 29, 2018 DIVISION 1 – SPECIFICATIONS – FAA GENERAL PROVISIONS NONE DIVISION 2 – TECHNICAL SPECIFICATIONS ADDENDUM ITEM NO. 4: REMOVE: Technical Specification Section P-401, Section 401-3.2, Table 3. REPLACE Technical Specification Section P-401, Section 401-3.2, Table 3 to read as: Table 3. Aggregate - HMA Pavements CONTRACT PLANS NONE GENERAL CLARIFICATIONS & QUESTIONS RECEIVED ADDENDUM ITEM NO 5: QUESTION: “Upon review of the P-401 specification provided in the contract documents we have found that the surface course detailed for Phase 2 paving appears to be a very course mix. I have attached the observations and comparisons that our Lab Manager at our plant in Polkville provided Sieve Size Percentage by Weight Passing Sieve Gradation 1 (Binder Course) Gradation 2 (Surface Course) 1 inch (25 mm) 100 100 3/4 inch (19 mm) 76 - 98 100 1/2 inch (12 mm) 66 - 86 79 - 99 3/8 inch (9 mm) 57 - 77 68 - 88 No. 4 (4.75 mm) 40 - 60 48 - 68 No. 8 (2.36 mm) 26 - 46 33 - 53 No. 16 (1.18 mm) 17 - 37 20 - 40 No. 30 (0.60 mm) 11 - 27 14 - 30 No. 50 (0.30 mm) 7 - 19 9 - 21 No. 100 (0.15 mm) 6 - 16 6 - 16 No. 200 (0.075 mm) 3 - 6 3 - 6 Asphalt Percent: Stone or gravel 4.5 – 7.0 5.0 - 7.5 Slag 5.0 – 7.5 6.5 - 9.5 ---PAGE BREAK--- MJ No. 18329.01 Addendum 02-4 NYSDOT P.I.N. 3903.55 May 29, 2018 to me relative to the P-401 mix specified. Can you confirm that the Gradations and VMAs provided on Page P-401-5 are consistent with the mixes that are planned for this project?” ANSWER: The labels in Technical Specification P-401, Section 401-3.2, Table 3 Aggregates for Gradation 1 and Gradation 2 were backwards. Gradation 1 is the Binder Course and Gradation 2 is the Surface Course. This project will use Gradation 2 for Surface Course. REFER TO ADDENDUM ITEM NO. 4 UNDER TECHNICAL SPECIFICATIONS. QUESTION: “On page P-7 of the Bid Proposal pages, Item M-150-5.1 Project Survey and Stakeout is listed twice. I’m thinking that that might be a duplication. Please advise.” ANSWER: Bid Proposal Form P-7 is corrected to remove the double-listing of this item on the Bid Proposal forms. REFER TO ADDENDUM ITEM NO. 1 UNDER PROPOSAL FORMS. QUESTION: “The area detailed in phase 2A, which is the first to receive P-401, does not allow for a test strip as described in the P-401 spec. Will the test strip requirement be waived or will it be modified?” ANSWER: Phase 2A is not required to be the first phase accomplished with P-401. Phase 2A is shown as a separate area on the phasing plan only to differentiate the unique closure period of this particular area within the Phase 2 work area. The intent is for the contractor to perform the test strip installation in the Phase 2 paving area outside of, and prior to, Phase 2A work being performed. END OF ADDENDUM NO. 2 ---PAGE BREAK--- REV. 01-05/29/18 P-7 MJ/18329.01 ITEM NO. ESTIMATED QUANTITY ITEM DESCRIPTION WITH UNIT BID PRICE WRITTEN IN WORDS UNIT PRICE AMOUNT Dollars Cents Dollars Cents M-120-3.4 1 LS Temporary Main Apron & Taxiway A Taxiway for the unit price per Lump Sum of: dollars and cents. M-150-5.1 1 LS Project Survey and Stakeout for the unit price per Lump Sum of: dollars and cents. REV 1 NO BID ITEM 0 00 0 00 M-250-5.1 42 EA Aircraft Tie-Down Anchors for the unit price per Each of: dollars and cents. M-250-5.2 93 EA Removal of Aircraft Tie-Down Anchors for the unit price per Each of: dollars and cents. P-101-5.1 20,100 SY Mill Bituminous Pavement (0 – for the unit price per Square Yard of: dollars and cents. - - - - - - - - - - - - - - - - - - - - ---PAGE BREAK--- Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on December 12, 2017 SP-1 - Page 4 A3 BREACH OF CONTRACT TERMS A3.1 SOURCE 2 CFR § 200 Appendix II(A) A3.2 APPLICABILITY This provision requires sponsors to incorporate administrative, contractual or legal remedies if contractor violate or breach contract terms. The sponsor must also include appropriate sanctions and penalties. Contract Types – This provision is required for all contracts that exceed the simplified acquisition threshold as stated in 2 CFR Part 200, Appendix II This threshold is occasionally adjusted for inflation and is now equal to $150,000. Use of Provision – No mandatory language provided. The following language is acceptable to the FAA as meeting the intent of this requirement. If the sponsor uses different language, the sponsor’s language must fully satisfy the requirements of part 200. Select either “contractor” or “consultant” as applicable. A3.3 CONTRACT CLAUSE BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the [Contractor I Consultant] or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. Owner will provide [Contractor I Consultant] written notice that describes the nature of the breach and corrective actions the [Contractor I Consultant] must undertake in order to avoid termination of the contract. Owner reserves the right to withhold payments to Contractor until such time the Contractor corrects the breach or the Owner elects to terminate the contract. The Owner’s notice will identify a specific date by which the [Contractor I Consultant] must correct the breach. Owner may proceed with termination of the contract if the [Contractor I Consultant] fails to correct the breach by the deadline indicated in the Owner’s notice. The duties and obligations imposed by the Contract Documents and the rights and remedies available thereunder are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. ---PAGE BREAK--- Guidelines for Contract Provisions for Obligated Sponsors and Airport Improvement Program Projects Issued on December 12, 2017 SP-1 - Page 39 A12.3.3 Prime Contracts (Projects Covered by a DBE Program) DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance 26.13) – The Contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR part 26 in the award and administration of Department of Transportation-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the Owner deems appropriate, which may include, but is not limited to: 1) Withholding progress payments; 2) Assessing sanctions; 3) Liquidated damages; and/or 4) Disqualifying the Contractor from future bidding as non-responsible. Prompt Payment (§26.29) – The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than [specify number] thirty (30) days from the receipt of each payment the prime contractor receives from [Name of recipient] Cortland County (Owner). The prime contractor agrees further to return retainage payments to each subcontractor within [specify the same number as above] thirty (30) days after the subcontractor’s work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the [Name of Recipient] Cortland County. This clause applies to both DBE and non-DBE subcontractors.