0% found this document useful (0 votes)
133 views22 pages

Addendum No.1: Indianapolis Metropolitan Airport T-Hangar Taxilane Rehabilitation IAA Project No. M-12-032

This addendum makes several changes to the contract documents for the Indianapolis Metropolitan Airport T-Hangar Taxilane Rehabilitation project. It provides information from the pre-bid meeting, makes revisions to the bid proposal and itemized proposal sheets, adds and modifies special provisions related to the scope of work, contract time, insurance, and security requirements. It also replaces several of the project drawings and deletes the proposed access road construction from the project. The addendum addresses several questions received from contractors.

Uploaded by

stretch317
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
133 views22 pages

Addendum No.1: Indianapolis Metropolitan Airport T-Hangar Taxilane Rehabilitation IAA Project No. M-12-032

This addendum makes several changes to the contract documents for the Indianapolis Metropolitan Airport T-Hangar Taxilane Rehabilitation project. It provides information from the pre-bid meeting, makes revisions to the bid proposal and itemized proposal sheets, adds and modifies special provisions related to the scope of work, contract time, insurance, and security requirements. It also replaces several of the project drawings and deletes the proposed access road construction from the project. The addendum addresses several questions received from contractors.

Uploaded by

stretch317
Copyright
© Attribution Non-Commercial (BY-NC)
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 22

ADDENDUM NO.

1
June 21, 2012

INDIANAPOLIS METROPOLITAN AIRPORT T-HANGAR TAXILANE REHABILITATION IAA Project No. M-12-032

CONTENTS
ADDENDUM NO. 1 COVER ADDENDUM NO. 1 TEXT PRE-BID MEETING AGENDA ITEMIZED PROPOSAL SPECIAL PROVISION SP-17 ADDENDUM NO. 1 REISSUED DRAWINGS PRE-BID MEETING ATTENDANCE LIST PAGE 1 PAGES 2 - 9 2 PAGES 1 PAGE 3 PAGES 2 PAGES 5 PAGES

Page 1 of 9

Date: June 21, 2012

ADDENDUM NO. 1
INDIANAPOLIS METROPOLITAN AIRPORT T-Hangar Taxilane Rehabilitation IAA Project No. M-12-032 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 agenda and sign-in sheet from the Pre-Bid Meeting held on June 13, 2012.

Item No. 2 Bid Proposal


A. On page BP-1, Note A.4, line 3, Delete (Page 9 of 9) and insert in its place (Page 10 of 10). B. On page BP-5, Bid Proposal, first paragraph, line 4, Delete Indianapolis Airport Authority, Program Office, 2349 Aviation Drive, Indianapolis, Indiana 46241 and insert in its place Indianapolis Airport Authority, IAA North Campus, 1910 S. Girls School Road, Indianapolis, Indiana 46241.
Page 2 of 9

C.

Delete the Itemized Proposal Sheets BP-5.1, BP-5.2, and BP-5.3. Add attached Itemized Proposal sheets BP-5.1, BP-5.2, and BP 5.3.

Item No. 3 Specifications


A. Instructions to Bidders: 1. Item 1, Delete Greta J. Hawvermale, Sr. Director of Engineering and Environmental Matters and insert in its place Susan J. H. Zellers, the same. 2. Item 16, line 3, delete must sign page 9 of the document and insert in its place must sign page 10 of the document. B. Special Provisions: 1. Item SP-1, Scope of Work, Delete 12 RCP Installation and Access Road Construction. 2. Item SP-2, Contract Time, Delete: The completion time for all contract work shall be thirty-five (35) consecutive calendar days from the starting date noted in the Notice to Proceed. The time limit stated includes time required for delivery of all material and equipment. P.E., Director of Planning & Project Management. Address remains

The Contractor shall recognize that in addition to the overall completion time, several phased and sequenced completion times are hereby established. Work Area A Work Area B Work Area C Work Area D Work Area E Work Area F 3 Consecutive Calendar Days 3 Consecutive Calendar Days 3 Consecutive Calendar Days 3 Consecutive Calendar Days 4 Consecutive Calendar Days 4 Consecutive Calendar Days
Page 3 of 9

and insert in its place: The completion time for all contract work (except final pavement marking) shall be thirty-five (35) consecutive calendar days from the starting date noted in the Notice to Proceed, plus one (1) calendar day for final pavement marking. The time limit stated includes time required for delivery of all material and equipment. The Contractor shall recognize that in addition to the overall completion time, several phased and sequenced completion times are hereby established. Work Areas A & B Work Areas C & D Work Areas E & F 3. 6 Consecutive Calendar Days 6 Consecutive Calendar Days 8 Consecutive Calendar Days

Item SP-16, Asphalt Pavement Patch Repair, Delete Payment will be made under: Item SP-16 Asphalt Pavement Patch Repair per linear foot and insert in its place Payment will be made under: Item SP16 Asphalt Pavement Patch Repair (Undistributed) per square yard.

4. 5.

Add Item SP-17, Repair Pavement Voids Along Hangar: Attached. Add Item SP-18, Insurance: This Special Provision is added to the contract documents to read as follows: The Umbrella Liability section in GP 70-11, is deleted. For the purposes of this project, the Umbrella Liability requirements are as follows: Umbrella Liability. Policy will be written with limits of liability not less than:

Page 4 of 9

Bodily Injury and Property Damage, Combined Single Limit

$5,000,000, unless otherwise specified in the Contract for Construction Services

Excess and umbrella Policies must not provide any less coverage than that provided by the primary policies for named or additional insureds. 6. Add Item SP-19, Security: This Special Provision is added to the contract documents to read as follows:

The General Provision 70-23, Security, is deleted. For the purposes of this project, the Security requirements are as follows: The Contractor assures that no action by his operation will cause a Federal Aviation Administration regulations. Any fines and/or penalty costs incurred as a result of the Contractors failure to comply with Airport or FAA regulations shall be the sole responsibility of the Contractor. Any employee of a contractor or subcontractor who may be a risk to public safety as determined by the Airport Authority will be prohibited from entering a secured area. Contractor shall provide all equipment and vehicle markings and barricades as required per FAA Advisory Circular 150/5370-2F, Operations Safety on Airports During Construction. Each vehicle/piece of equipment operating within the secured area shall have the contractors name prominently displayed on each side of the vehicle/piece of equipment and shall display an orange/white checkered flag or flashing yellow light. A. Operational areas for aircraft shall be maintained at all times. IAA shall coordinate the locations of these areas with the airlines.

safety and/or security violation of the Airports Operation Manual or

Page 5 of 9

B.

When notified by IAA the contractor shall provide an escort for Union Representatives requesting access to any project located within airport security-controlled areas for the must be escorted at all times they are within securitycontrolled areas. conduct of official union business. Union representatives

Escort services are to be provided by IAA and access to secure areas is to be controlled by IAA or IAA authorized personnel. at the airport. The Contractor shall be responsible for provision of Flagpersons at designated locations where vehicular traffic crosses active movement areas (Taxiways). When required, these Flagpersons must confirm, by personnel observation, that no aircraft is approaching their position when given clearance to cross the movement area. Payment for Flagpersons is to be incidental to the M-102 Maintenance of Traffic line item. Throughout the project, the perimeter of the airfield must be subcontractor personnel will be restricted to the designated construction access gates identified on the plans. Only those gates identified are to be used for construction related access to security-controlled areas, unless otherwise approved by IAA. C. Itemized Proposal: 1. Delete Itemized Proposal Sheets BP-5.1, BP-5.2, and BP-5.3. Add Itemized Proposal Sheets BP-5.1, BP-5.2, and BP-5.3, dated June 21, 2012, included in this addendum. Contractor shall coordinate with IAA for access to all secure areas

secured at all times. Access to the job site by all Contractor and

Page 6 of 9

Item No. 4 Drawings


A. Sheet 2, Scope of Work and Survey Control 1. Delete Sheet 2 of 8. Add Sheet 2 of 8 attached to addendum to replace deleted sheet. B. Sheet 3, Safety Phasing Plan 1. Delete Sheet 3 of 8. Add Sheet 3 of 8 attached to addendum to replace deleted sheet. C. Sheet 4, Miscellaneous Details 1. Delete Sheet 4 of 8. Add Sheet 4 of 8 attached to addendum to replace deleted sheet. D. Sheet 6, Typical Sections 1. Delete Sheet 6 of 8. Add Sheet 6 of 8 attached to addendum to replace deleted sheet. E. Sheet 7, Site Plan 1. Delete Sheet 7 of 8.

Add Sheet 7 of 8 attached to addendum to replace deleted sheet.

F.

Sheet 8, Marking Plan and Details 1. Delete the proposed access road construction from the project in its entirety.

Page 7 of 9

Item No. 5 Contractor Questions


A. Question: Can two taxi lanes be completed at the same time? This will save considerable cost over doing one lane at a time.
Answer: Refer to Item 4.B.3 of this Addendum No. 1. B.

Question: Will there be an undistributed patching item for the base bid?
Answer: Refer to Item 3.C and 4.D.3 of this Addendum No. 1.

C.

Question: There is no common excavation item for the new access drive.
Answer: The proposed access road construction is deleted from the project in its entirety per this Addendum No. 1.

D.

Question: We need existing grades and proposed grades for the new access drive.
Answer: The proposed access road construction is deleted from the project in its entirety per this Addendum No. 1.

E.

Question: Will the approach on the new access drive required curbs from the street back to the right of way line?
Answer: The proposed access road construction is deleted from the project in its entirety per this Addendum No. 1.

F.

Question: The 12 pipe under the new drive appears to be too small for the amount of water going thru the ditch.
Answer: The proposed access road construction is deleted from the project in its entirety per this Addendum No. 1.

Page 8 of 9

G.

Question: The patching detail adjacent to the concrete aprons at the hangers shows 2 feet in width. Would a 4 foot patch be considered for this area? Removing two feet of asphalt adjacent to the concrete will be difficult to excavate with a backhoe without damaging the existing concrete. A 4 foot patch can be milled out with a milling machine and would be wide enough for a small vibratory roller to achieve compaction in the patch area.
Answer: Refer to Item 4.D.4 and 4.E.2 of this Addendum No. 1.

H.

Question: Plans show a gate on the new drive, but there are no pay items relating to removing the existing fence and installing a gate.
Answer: The proposed access road construction is deleted from the project in its entirety per this Addendum No. 1.

I.

Question: Are security escorts required for the project like they are on projects at Indianapolis International Airport?
Answer: Refer to Item 3.B.6 of this Addendum No. 1.

Page 9 of 9

ITEMIZED PROPOSAL INDIANAPOLIS METROPOLITAN AIRPORT T-HANGAR TAXILANE REHABILITATION, M-12-032

ITEM

ITEM CODE DESCRIPTION QTY UNIT UNIT PRICE (WORDS) UNIT PRICE

TOTAL PRICE

BASE BID
1 1 1 13 1 1,410 6,425 1,625 1,825 25 12,225 25 SY SY SY SF LF LF TONS EA EA LS LS LS

M-102

MAINTENANCE OF TRAFFIC - BASE BID

M-103

CONSTRUCTION ENGINEERING - BASE BID

M-105

MOBILIZATION/DEMOBILIZATION

P-156

FABRIC INLET PROTECTION (UNDISTRIBUTED)

P-156

FABRIC TRENCH DRAIN PROTECTION (UNDISTRIBUTED)

P-401

BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.)

P-605

CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED)

P-605

CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED)

P-620

PAVEMENT MARKINGS - YELLOW

10

SP-13

INDOT 604 CONCRETE SIDEWALK REMOVAL AND REPLACEMENT

11

SP-14

PAVEMENT MILLING

12

SP-16

ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED)

TOTAL BASE BID AMOUNT:

BP-5.1

Addendum No. 1 June 21, 2012

ITEMIZED PROPOSAL INDIANAPOLIS METROPOLITAN AIRPORT T-HANGAR TAXILANE REHABILITATION, M-12-032

ITEM

ITEM CODE DESCRIPTION QTY UNIT UNIT PRICE (WORDS) UNIT PRICE

TOTAL PRICE

ADDITIVE BID NO. 1


1 1 4 350 1,550 850 500 3,025 10 720 LFT SY SY SF LF LF TONS EA LS LS

13

M-102

MAINTENANCE OF TRAFFIC - ADD. NO. 1

14

M-103

CONSTRUCTION ENGINEERING - ADD. NO. 1

15

P-156

FABRIC INLET PROTECTION (UNDISTRIBUTED)

16

P-401

BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.)

17

P-605

CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED)

18

P-605

CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED)

19

P-620

PAVEMENT MARKINGS - YELLOW

20

SP-14

PAVEMENT MILLING

21

SP-16

ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED)

22

SP-17

REPAIR PAVEMENT VOIDS ALONG HANGAR

TOTAL ADDITIVE BID NO. 1 AMOUNT:

BP-5.2

Addendum No. 1 June 21, 2012

ITEMIZED PROPOSAL INDIANAPOLIS METROPOLITAN AIRPORT T-HANGAR TAXILANE REHABILITATION, M-12-032

ITEM

ITEM CODE DESCRIPTION QTY UNIT UNIT PRICE (WORDS) UNIT PRICE

TOTAL PRICE

ADDITIVE BID NO. 2


1 1 360 1,550 850 375 3,075 10 360 LFT SY SY SF LF LF TONS LS LS

23

M-102

MAINTENANCE OF TRAFFIC - ADD. NO. 2

24

M-103

CONSTRUCTION ENGINEERING - ADD. NO. 2

25

P-401

BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.)

26

P-605

CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED)

27

P-605

CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED)

28

P-620

PAVEMENT MARKINGS - YELLOW

29

SP-14

PAVEMENT MILLING

30

SP-16

ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED)

31

SP-17

REPAIR PAVEMENT VOIDS ALONG HANGAR

TOTAL ADDITIVE BID NO. 2 AMOUNT:

NAME OF FIRM: SUBMITTED BY: TITLE: ADDRESS:

END OF ITEMIZED PROPOSAL

BP-5.3

Addendum No. 1 June 21, 2012

SP-17 REPAIR PAVEMENT VOIDS ALONG HANGAR: This work shall consist of placing flowable mortar to fill voids between existing asphalt pavement sections and existing concrete hangar foundations, in reasonably close conformance with the plans or as directed. a. Materials: Materials shall be in accordance with the following: Portland Cement Fly Ash Water Coarse Aggregate Fine Aggregate Concrete Admixtures b. Construction Requirements 1. Proportioning: The Contractor shall submit a mix design and shall arrange a trial batch demonstration to ensure complete accordance with the requirements listed herein. The mix design shall include a list of all ingredients, the source of all materials, the gradation of all aggregates, the names of all admixtures and dosage rates, and the batch weights. Except for adjustments to compensate for routine moisture fluctuations, mix design changes after the trial batch verification shall be documented and justified prior to implementation by the Contractor. A change in the source of materials or addition or deletion of admixtures will necessitate a new mix design. The Contractor may be required to provide test data from a laboratory inspected by the Cement and Concrete Reference Laboratory, and approved by the Engineer, which shows that the proposed mix design is in accordance with the strength limitations. The Contractors mix designs shall be in accordance with one of the following categories of flowable mortar mixtures. The mix proportions shown below are approximate. Such mix proportions list the ingredients which shall be used for the particular type. Final proportioning will be determined based on the Contractors approved mix design. TYPE 1 Portland Cement, Type I, lbs. Fly Ash, Class F, lbs. Fly Ash, Class C, lbs. Fine Aggregate, SSD*, lbs. Water, lbs. Air Entraining Admixture, oz. Air Content, percent W.R. Grace Darafill Egg or Equal *Standard Surface Dry **Coarse Aggregate may be used 60 330 -**2,860 510 ---TYPE 2 185 --**2,675 500 5-6 7 - 12 -TYPE 3 50 -135 **2,675 500 5-6 7 - 12 -TYPE 4 -1,500 500 -850 ---TYPE 5 50 150 -**2,010 300 -25 - 35 1 P-610-2.3 P-610-2.5 P-610-2.4 P-610-2.2a P-610-2.2b P-610-2.5

c.

Mix 1. Flow: The test for flow shall consist of filling a 3" (76 mm) diameter by 6" (152 mm) high open-ended cylinder placed on a smooth level surface to the top with the flowable mortar. If necessary, the cylinder shall be struck off so that the mixture is level. The cylinder shall be pulled straight up within 5 seconds. The spread of the mortar shall be measured. The diameter of the mortar spread shall be at least 8" (203 mm). Minor flow adjustments may be made by making minor adjustments in the water mixture. Mixing Equipment: The mixing equipment shall be in accordance with the applicable requirements of P-610-3.6. Placement: The mixture shall be discharged from the mixing equipment by a reasonable means into the space to be filled. The flowable mortar shall be brought up uniformly to the fill line as shown on the plans or as directed. Placing of material over the flowable mortar may commence as specified herein or as directed. Limitation of Operations: The flowable mortar shall not be placed on frozen ground. Flowable mortar shall be protected from freezing until the material has set. The unconfined compressive strength in 28 days shall be not more than 150 pounds per square inch (1,035 kPa) nor less than 50 pounds per square inch (345 kPa). The mortar shall not be subject to load. The mortar shall remain undisturbed by construction activities for the minimum period of time after placement as set out below and as determined during the trial batch demonstration. The flowable mortar may be subjected to load when a person, weighing 150 pounds (68 kg), by use of his or her body weight as the axial load on a No. 4 reinforcing rod, may not penetrate the mortar with the square cut end of the rod.

2.

3.

4.

Payment will be made at the contract unit price per linear foot of repair performed. The prices shall be full compensation for furnishing all materials, labor, and equipment necessary to complete the work. Payment will be made under: Item SP-17 Repair Pavement Voids Along Hangar -- per linear foot

GENERAL PROJECT NOTES

UTILITY CONTACTS

PROJECT CONTACTS

CONTROL MONUMENT DESCRIPTIONS

LEGEND

MONUMENT CONTROL DATA METROPOLITAN AIRPORT

GENERAL CONSTRUCTION SAFETY/PHASING NOTES

WORK AREA NOTES

LEGEND

SUMMARY OF QUANTITIES - BASE BID

ITEM NO.

CODE NO.

DESCRIPTION

UNIT

AIP QUANTITY

NON-AIP QUANTITY

AS-BUILT QUANTITY

1 2 3 4 5 6 7 8 9 10 11 12

M-102 M-103 M-105 P-156 P-156 P-401 P-605 P-605 P-620 SP-13 SP-14 SP-16

MAINTENANCE OF TRAFFIC - BASE BID CONSTRUCTION ENGINEERING - BASE BID MOBILIZATION/DEMOBILIZATION FABRIC INLET PROTECTION (UNDISTRIBUTED) FABRIC TRENCH DRAIN PROTECTION (UNDISTRIBUTED) BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.) CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED) CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED) PAVEMENT MARKINGS - YELLOW INDOT 604 CONCRETE SIDEWALK REMOVAL AND REPLACEMENT PAVEMENT MILLING ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED) SUMMARY OF QUANTITIES - ADDITIVE #1

LS LS LS EA EA TONS LF LF SF SY SY SY

1 1 1 13 1 1,410 6,425 1,625 1,825 25 12,225 25

ITEM NO.

CODE NO.

DESCRIPTION

UNIT

AIP QUANTITY

NON-AIP QUANTITY

AS-BUILT QUANTITY

13 14 15 16 17 18 19 20 21 22

M-102 M-103 P-156 P-401 P-605 P-605 P-620 SP-14 SP-16 SP-17

MAINTENANCE OF TRAFFIC - ADD. NO. 1 CONSTRUCTION ENGINEERING - ADD. NO. 1 FABRIC INLET PROTECTION (UNDISTRIBUTED) BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.) CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED) CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED) PAVEMENT MARKINGS - YELLOW PAVEMENT MILLING ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED) REPAIR PAVEMENT VOIDS ALONG HANGAR SUMMARY OF QUANTITIES - ADDITIVE #2

LS LS EA TONS LF LF SF SY SY LFT

1 1 4 350 1,550 850 500 3,025 10 720

ITEM NO.

CODE NO.

DESCRIPTION

UNIT

AIP QUANTITY

NON-AIP QUANTITY

AS-BUILT QUANTITY

TYPICAL SIGN STANDARD

23 24 25 26 27 28 29 30 31

M-102 M-103 P-401 P-605 P-605 P-620 SP-14 SP-16 SP-17

MAINTENANCE OF TRAFFIC - ADD. NO. 2 CONSTRUCTION ENGINEERING - ADD. NO. 2 BITUMINOUS SURFACE COURSE (3/4" MAX. AGG.) CRACK REPAIR, 1/2'' TO 1'' WIDTH (UNDISTRIBUTED) CRACK REPAIR, 1'' OR GREATER WIDTH (UNDISTRIBUTED) PAVEMENT MARKINGS - YELLOW PAVEMENT MILLING ASPHALT PAVEMENT PATCH REPAIR (UNDISTRIBUTED) REPAIR PAVEMENT VOIDS ALONG HANGAR

LS LS TONS LF LF SF SY SY LFT

1 1 360 1,550 850 375 3,075 10 360

SIGN NOTES

MODIFIED TYPE II BARRICADE

BARRICADE NOTES

INSTALLATION AND MAINTENANCE GUIDELINES

INLET PROTECTION

P-605 TYPE A/A JOINT DETAIL

TYPICAL SECTION WORK AREAS B, C, D AND E

P-605 TYPE A/C JOINT DETAIL

REPAIR PAVEMENT VOIDS ALONG HANGAR DETAIL JOINT SEALER NOTES: NOTES

TYPICAL SECTION WORK AREAS A AND F

INDOT 604 CONCRETE WALK DETAIL PATCH REPAIR DETAIL (UNDISTRIBUTED) P-605 CRACK REPAIR DETAIL HOT APPLIED SEALANT WITH FIBERS PATCH REPAIR NOTES

LEGEND

EXISTING LEGEND

You might also like