jacksonville aviation authority cecil airport …

12
C-822 ADDENDUM NO. 1 Page 1 of 3 April 17, 2018 JACKSONVILLE AVIATION AUTHORITY JAA Project No. F2017-03 JAA Contract No. C-822 AVCON Project No. 2017.134.03 CECIL AIRPORT REHABILITATE RUNWAY 9L-27R ADDENDUM NO. 1 TO: All Plans Holders DATE: April 17, 2018 FROM: AVCON, Inc. Robert H. Palm, P.E. 8001 Belfort Parkway, Suite 200 Jacksonville, FL 32256 904.701.0313 This Addendum forms a part of the Contract Documents and modifies the original Bid Documents dated March 2018 as noted herein. Bidders are to acknowledge receipt of this Addendum in the space provided on the Bid Form. FAILURE TO DO SO MAY SUBJECT THE BIDDER TO DISQUALIFICATION. PRE-BID MEETING 1. The Pre-Bid Meeting Minutes, Sign-In Sheet, Powerpoint Presentation, and JAA DBE handout are issued with this Addendum. CHANGES TO PROJECT MANUAL 1. Invitation for Bids A. Paragraph 1 The bid opening date has been extended. IFB Paragraph 1 has been changed as follows: Sealed bids will be received by the Jacksonville Aviation Authority Administration Building, 14201 Pecan Park Road, Jacksonville, Florida 32218 until 2:00 PM local time, June 12, 2018 May 1, 2018, at which time they shall be opened in the JAA 2 nd Floor Conference Room, 14201 Pecan Park Road, Jacksonville, Florida 32218, for: REHABILITATE RUNWAY 9L-27R B. Paragraph 5 Bid prices will be held for 120 days. IFB Paragraph 5 has been changed as follows: This project will be bid as a single contract. Bid prices may be held for up to 90 120 days.

Upload: others

Post on 18-Dec-2021

10 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

C-822 ADDENDUM NO. 1 Page 1 of 3 April 17, 2018

JACKSONVILLE AVIATION AUTHORITY JAA Project No. F2017-03 JAA Contract No. C-822 AVCON Project No. 2017.134.03

CECIL AIRPORT REHABILITATE RUNWAY 9L-27R

ADDENDUM NO. 1 TO: All Plans Holders DATE: April 17, 2018 FROM: AVCON, Inc. Robert H. Palm, P.E. 8001 Belfort Parkway, Suite 200 ♦ Jacksonville, FL 32256 904.701.0313

This Addendum forms a part of the Contract Documents and modifies the original Bid Documents dated March 2018 as noted herein. Bidders are to acknowledge receipt of this Addendum in the space provided on the Bid Form. FAILURE TO DO SO MAY SUBJECT THE BIDDER TO DISQUALIFICATION.

PRE-BID MEETING

1. The Pre-Bid Meeting Minutes, Sign-In Sheet, Powerpoint Presentation, and JAA DBE

handout are issued with this Addendum. CHANGES TO PROJECT MANUAL

1. Invitation for Bids

A. Paragraph 1 – The bid opening date has been extended. IFB Paragraph 1 has

been changed as follows:

Sealed bids will be received by the Jacksonville Aviation Authority Administration Building, 14201 Pecan Park Road, Jacksonville, Florida 32218 until 2:00 PM local time, June 12, 2018 May 1, 2018, at which time they shall be opened in the JAA 2nd Floor Conference Room, 14201 Pecan Park Road, Jacksonville, Florida 32218, for: REHABILITATE RUNWAY 9L-27R

B. Paragraph 5 – Bid prices will be held for 120 days. IFB Paragraph 5 has been

changed as follows: This project will be bid as a single contract. Bid prices may be held for up to 90 120 days.

Page 2: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

C-822 ADDENDUM NO. 1 Page 2 of 3 April 17, 2018

The Invitation for Bids is not reissued with this Addendum.

2. Requirements for Bidders, Page RFB-2 – Paragraph 1 under “Bid Guaranty” has been changed to hold bid prices for 120 days as follows:

6. Bid Guaranty Each bidder shall furnish a Bid Bond, or a cashier's check or certified check payable

to the Jacksonville Aviation Authority in an amount not less than 5 percent of the total bid, as a guaranty that the bid will not be withdrawn for a period of 90 120 calendar days after opening of bids.

The Requirements for Bidders are not reissued with this Addendum.

3. Special Provision No. 2 “Basis of Contract Award” has been changed to include the

following:

Award of the contract shall also be subject to the Contractor performing, with his organization’s own employees, an amount of work equal to at least fifty (50) percent of the total contract cost (Base Bid only). The cost for the following temporary and administrative items included in the bid schedule shall not be included in the cost of work used in determining the percentage performed by the Contractor: M-101-1 MOBILIZATION; M-102-1 MAINTENANCE OF TRAFFIC; P-100-1 CONSTRUCTION SURVEY; and P-156-1 TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL. Special Provision No. 2 is not reissued with this Addendum.

4. Specification M-102 Safety, Security and Maintenance of Traffic Revise paragraph 1.9 as follows: “LIGHTED BARRICADES AND TEMPORARY PAVEMENT MARKINGS. The Contractor shall furnish and maintain in good working order two (2) portable lighted runway closure markers (lighted “X’s”) for use on this project. The Contractor shall operate and maintain these items throughout the duration of runway closures, inclusive of Runway 9L 27R until construction completion. Additional lighted “X’s” may be necessary for temporary closure of Runway 18R 36L for work within the runway safety area. Yellow “X” markings shall be maintained at the ends of Runway 9L 27R throughout the duration of construction. Currently, these markings are painted and are scheduled to be removed. Immediately prior to removal, the Contractor shall furnish and maintain temporary, removable yellow “X”s at the runway ends throughout the remainder of construction. The temporary yellow “X”s shall be in accordance with Section 5.7 of AC 150/5340-1L, and subject to the review and approval by the JAA Project Manager. Temporary pavement markings, lighted barricades and other measures shall be provided, installed, relocated, and maintained on a 24-hour basis by the Contractor to delineate construction areas available to the Contractor and limits of aircraft operational areas.

Page 3: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

C-822 ADDENDUM NO. 1 Page 3 of 3 April 17, 2018

Revise paragraph 2.4 as follows: RUNWAY CLOSURE MARKERS. Runway closure markers are required for work within the limits of the runway safety area (RSA), including the existing painted yellow “X”s, or their replacement with temporary removable yellow “X”s at the ends of Runway 9L 27R, until construction completion. The Contractor shall furnish and maintain two (2) portable lighted runway closure markers (lighted “X’s”) for use on this project for temporary closure of Runway 18R 36L for work within that runway’s safety area. The Contractor shall operate and maintain these items in satisfactory operational condition throughout the duration of runway closures. Additional lighted “X’s” may be necessary for temporary closure of Runway 18R 36L for work within that runway’s safety area. Specification M-102 is not reissued with this Addendum.

GENERAL

1. Deadline for Questions has been changed to June 1, 2018 at 5PM.

CHANGES TO DRAWINGS

1. DRAWINGS G006 AND G007 – PROJECT PHASING AND BARRICADE PLANS: Add new Phasing Note 1, and re-number existing Phasing Notes 1 – 7 sequentially: “1. The Contractor shall maintain Runway 9L 27R closure throughout the duration

of construction with yellow “X” markings located at the runway ends. Currently,

these yellow “X” runway closed markings are painted. Immediately prior to removal

of these, the Contractor shall furnish and maintain temporary, removable yellow “X”

runway closed markings at each runway end per Section 5.7 of AC 150/5340-1L.”

Drawings G006 and G007 are not reissued with this Addendum.

2. DRAWING C006 – DEMOLITION PLAN (SHEET 1 OF 4): Replace Note 2 regarding removal of the painted yellow “X” markings supplemented with LRCMs with the following note: “2. The Contractor should schedule removal of the “Closed Runway Yellow X Markings” located at the runway ends until just prior to remarking these areas. Upon removal, the Contractor shall furnish and maintain two temporary, removable, “Closed Runway Yellow X Markings” as outlined in the Phasing Plan”

Drawing C006 is not reissued with this Addendum.

ATTACHMENTS

1. Pre-Bid Meeting Minutes, Sign-In Sheet, Powerpoint Presentation and JAA DBE Handout

END OF ADDENDUM NO. 1

Page 4: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

JACKSONVILLE AVIATION AUTHORITY

Contract C-822 Pre-Bid Meeting Minutes

CECIL AIRPORT

Rehabilitate Runway 9L-27R

Contract No. C-822 Project No. F2017-03

April 10, 2018 – 10:00 AM

JAA Cecil Airport Administrative Offices 13365 Simpson Way

MEETING MINUTES:

1. Introduction of Personnel and Sign In: A copy of the sign-in sheet is attached to these

Minutes.

2. Project Scope: This project involves the rehabilitation of Runway 9L-27R at Cecil Airport located in

Jacksonville, FL. Runway 9L-27R is 4,439 feet long and 200 feet wide. The scope includes a 2-inch

thick milling and resurfacing a 50-foot wide runway center keel section and a 1.5-inch thick milling and

resurfacing the remaining 75-foot pavement sections on each side of the center keel.

The runway 9L end consists of 500 linear feet of PCC pavement. This pavement will not be

rehabilitated except Closed Runway Yellow “X” pavement markings will be removed and the

pavement will be re-marked to meet current standards. The runway 27R threshold is currently located

west of runway 18R-36L, however the original runway pavement connects to and crosses Runway 18R

– 36L. This asphalt pavement will also not be rehabilitated, but will remain in place as-is, with the

exception that Yellow “X” and Runway Hold Short pavement markings will be removed and the

pavement will be re-marked to meet current standards. The Contractor should schedule removal of the

“Closed Runway Yellow X Markings” located at the runway ends until just prior to remarking these

areas. If these are removed prematurely, the Contractor shall furnish and maintain two temporary,

removable, “Closed Runway Yellow X Markings” in accordance with Section 5.7 of AC 150/5340-

1L, and subject to review and approval by the JAA Project Manager. For any work within the

Runway 18R – 36L safety area (RSA), two Portable Lighted Runway Closed units (lighted “Xs”)

shall be furnished and maintained for that runway closure, in accordance with the Plans and

Specifications.

The intersecting taxiways TW A and TW B2 pavements were recently reconstructed in 2011, including

the pavement crossings at RW 9L – 27R. As this pavement is still relatively new and in good condition,

milling and resurfacing the keel and outer keel sections of the runway across these sections will not be

performed.

This project includes demolition of historic arresting gear steel plates that span 9-feet wide by 100-feet

across the center of the runway. Demolition will be to approximately 20-inches below the pavement

surface with associated localized pavement reconstruction. There are also twenty-two aircraft tie-down

positions that were recently used by the navy; each position consists of 4 concrete anchors cored into

the pavement for a total of 88 anchors located on the northern half and outboard of the runway

centerline keel. This project includes demolition and repair of these anchors.

Milling and resurfacing of the runway pavement will utilize FAA Specification P-401 Gyratory Mix

Design (SuperPave™) asphalt. The proposed P-401 mix design is Gradation 2 Coarse Aggregate

(nominal ½-inch gradation). The asphalt cement binder is Performance Grade PG 67-22. This proposed

mix design will be for both the proposed 1.5” (outside the keel section) and 2” (keel section) surface

course lift thicknesses.

Page 5: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

JACKSONVILLE AVIATION AUTHORITY

Contract C-822 Pre-Bid Meeting Minutes

The Base Bid for this project consists of the runway rehabilitation as described above. Two Additive

Alternate Bids will be solicited for demolition of two historic arresting gear structural pavements

outboard of the 200-foot wide runway, inclusive of backfilling and restoring the areas with borrow,

topsoil, and sod, and a third Additive Alternate Bid will be for demolition and site restoration of

dilapidated service road pavements from the edges of the runway pavement out to adjacent runway and

taxi safety areas. The westernmost service road pavement will be removed north to the edge of the

apron edge/Taxilane. All work inside the Taxilane safety area will require Taxilane closure with

barricades and MOT, as depicted on the Drawings.

A Power Point Presentation was provided for additional information on the Scope of the Project. A

copy of the .ppt presentation is attached to these Minutes.

3. DBE Participation: - (Evelyn Burton) The DBE goal for this contract is 15 percent (15%). For

questions contact Ms. Burton at: Office (904-741-3667); Fax (904-741-2350). A copy of the DBE

Participation Requirements was handed out to attendees, and is attached to these Minutes.

4. Bid Date, Time and Location: Sealed bids will be received at Jacksonville International Airport,

in the Jacksonville Aviation Authority Administration Building, 14201 Pecan Park Road, Jacksonville,

Florida 32218 until 2:00 PM local time, Tuesday, May 1st, 2018, at which time they shall be opened in

the JAA 2nd Floor Conference Room. The Bid Date has been revised in accordance with Addendum

No. 1 subsequent to this meeting. See Addendum No. 1 for the new Bid Date.

5. Form of Bid: Unit Prices with Alternates.

6. Basis of Contract Award: Basis of award (i.e. determination of the Low Bidder) will be based on

the Base Bid plus the sum of all of the Additive Alternates. Bids may be held for up to 120 days.

Award of the contract shall also be subject to the Contractor performing, with his organization’s own

employee’s, an amount of work equal to at least fifty (50) percent of the total contract cost. (Base Bid

Only) Special Provision No.2. Special Provision No. 2 (SP-2) has been revised for this requirement,

and is addressed in Addendum No. 1. See Addendum No. 1 for the revised SP-2.

7. Requirements for Bidders: Carole Smith, 904 573 1618 – Submittal of Bid Contents &

Format. (Reference Requirements for Bidders pages 1 thru 20.)

8. Contract wage rates: Certified Payrolls are not required.

9. Bonds & Insurance: 5% Bid Bond required on total bid, 100% Performance and Payment Bond

will be required of the successful bidder.

10. Schedule: The contractor shall complete all work not later than 125 days, inclusive of a 30-day

procurement period. The 125 days includes the base bid plus any and all Additive Alternates awarded.

11. Liquidated damages: $500.00 per calendar day.

Page 6: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

JACKSONVILLE AVIATION AUTHORITY

Contract C-822 Pre-Bid Meeting Minutes

12. Airport Safety and Security: Cecil Airport Operations. Contractor will be responsible for

attaining an airport identification badge for each employee. This badge is available at no cost to the

contractor; however, each employee must attend an Airport Vehicle Safety and Security class prior to

the job beginning. This class is scheduled through Airport Operations. The contractor shall appoint an

onsite superintendent or other qualified individual as its Contractor Security and Safety Officer.

Contractor is responsible for FOD (Foreign Object Debris) in the AOA area. FOD must be properly

disposed of in a closed dumpster to avoid being blown over the runway. Contractor must access

construction site via the vehicle gate #20 and must contact the tower and Cecil Operations before

entering. All vehicles accessing secured portion of the airport must have company placard on driver

side and passenger side doors and be equipped with an amber rotating beacon with an orange and

white checkered flag. No personal vehicles are allowed in the AOA.

13. Airport Operations: This is an active airport. All vehicles must stay within the designated work area

to avoid Runway Incursions.

14. Permits: Contractor is responsible for obtaining all construction permits.

15. Quality Control, Quality Assurance: Contractor is responsible for quality control. The owner will

perform quality assurance testing.

16. Site Visit: Following the meeting. An additional site visit will be arranged on April 17th 2018 at

10:00am. Contact Tim Cox at JAA Cecil (904) 573-1607. Some attendees declined the site visit.

Attendees participating in the site visit were provided a tour in the airport van.

17. Plans and Specifications: Contact:

AVCON, Inc.

5555 E. Michigan Street, Suite 200

Orlando, Florida 32822

Attn: Sue Finney

Email: [email protected]

Complete PDF sets of drawings and specifications will be provided via CD. CDs will be available at

no charge; hard copies are available at a cost of $200 upon receipt of a non-refundable personal or

company check made payable to AVCON, Inc. If a contractor obtains the Bid Documents from a

plan room or other outside source, the contractor is solely responsible for obtaining any addendums

or other contract information from that plan room or source. The JAA and AVCON will not be

responsible for any contract documentation obtained from other organizations (plan rooms, etc.)

18. General Questions: Written Questions shall be addressed to Sue Finney at the above address.

Questions must be submitted in writing, preferably by e-mail.

19. Deadline for Questions: 5:00 PM April 20, 2018. The Deadline for questions has been revised in

accordance with Addendum No. 1 subsequent to this meeting. See Addendum No. 1 for the new

Deadline for questions.

Page 7: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …

JACKSONVILLE AVIATION AUTHORITY

Contract C-822 Pre-Bid Meeting Minutes

20. Open Discussion and Questions:

Question 1. Is there an Estimate for this project?

Answer: There is an Estimate, however it is not being released by the JAA at this time.

Question 2. Can the DBE participation goal be reduced to 10%? There are limited parts of work that

can be sub-contracted out on this project.

Answer: The DBE participation goal is not being reduced at this time, however the Bidders will need to

perform and document “Good Faith Effort” towards achieving the goal, and will not be penalized as

long as they meet the “Good Faith Effort”. Suggested parts of work that might be considered for DBE

included hauling, earthwork, demolition, sodding, erosion control and stormwater pollution prevention.

END OF MEETING MINUTES

Page 8: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …
Page 9: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …
Page 10: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …
Page 11: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …
Page 12: JACKSONVILLE AVIATION AUTHORITY CECIL AIRPORT …