MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA

Size: px
Start display at page:

Download "MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA"

Transcription

1 MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 AGENDA (Pass around sign in sheet, fill in Name, Company, Phone #, Fax #) 1. INTRODUCTIONS 2. SCOPE OF WORK Bill Brackett, Century West Engineering-Project Manager and Point of Contact Gus Burril, City Administrator Rob Berg, Municipal Airport Manager Jeff Hurd, City Public Works Director Complete reconstruction of Taxiways A, A1, A2, A4, and an existing turnout at the south end of Taxiway A Construction of Taxiway A3 Construction of a turnout along Taxiway A4 Grading of RWY Safety Area Retrofitting existing edge lights with LED lighting Misc. drainage improvements 3. BIDS DUE Date: Time: Location: July 12, 2:00pm As described in Invitation to bid (2:00 p.m., Local Time) Bids open at 2:00 p.m. Madras City Hall 125 SW E Street Madras, OR PROJECT FUNDING Federal funding through the FAA AIP Program, State Funds through COAR, and Owner match. 5. AWARD

2 Bidders must bid all portions of the work. Bidders understand that the award shall be made to the lowest responsible and responsive bidder for the total of the items selected for award. The City reserves the right to withdraw any item(s) or Alternates from award consideration. 6. FEDERAL DAVIS BACON WAGE RATES Wage rates included as part of the bid documents. Pay higher of Davis Bacon or BOLI. 7. DISADVANTAGED BUSINESS ENTERPRISE (D.B.E.) GOAL No race conscious DBE contract goal has been established for this project. However, the Sponsor has an overall race neutral goal of 0.75% established for the project based on Federal requirements. Use of DBE subcontractors is encouraged. Fill in DBE letter of intent form if any DBE firms are going to be used. Form is not required if no DBE firms are used. Submit bidders list with proposal. 8. CONTRACT TIME 120 calendar days for overall contract. Work is expected to begin near January 15 th, 2019 and be complete May 15 th, 2019 in order to allow deployment of large aircraft from Erikson Aero Tanker. 9. LIQUIDATED DAMAGES $600 per day plus engineering time and expenses. This will be charged for failure to complete the within the 120 day time limit or agreed upon extensions to the contract time. There are also time limits for specific tasks. These include: Work Area 3 1 week Pavement Marking (first application) 1 day Pavement Marking (second application) 1 day Failure to complete these tasks in the time allowed will result in $1,200 per each additional day that the work remains uncompleted. Although the completion date is May 15 th, if unforeseen circumstances result in the work being incomplete and not allowing the Airport to be fully open at the time of the Airshow of the Cascades, damages of $20,000 per day for the duration of the Airshow will be assessed.

3 10. ADDENDA Addenda if necessary will be issued by the Engineer in writing. 11. PERMITS Contractor shall pay for and obtain all permits, not obtained by the owner, required to complete the work. Refer to Section of the technical specs. 1. Permits for electrical work; 12. AIRPORT SAFETY/SECURITY/WORK AREAS Safety and security is a primary concern on airport projects. Procedures for commencement of work are outlined in Section of the Technical Specifications. Prior to commencement of work, the Contractor shall notify the Engineer 3-days in advance so a Notice to Airmen (NOTAM) may be issued alerting airport users of the impending work. No work can occur without the Engineer s project representative or an Airport representative present. If subcontractors are working, a representative of the prime contractor shall be on site. The Airport s Construction Operations/Safety Plan is included in the Appendix. Contractor shall comply with the provisions. Section of the specifications contains additional safety provisions and requirements. This includes the use and placement of low level barricades, tubular markers, airport radios, checkered flags, rotating beacons on vehicles, etc. Sections 50 and describes staking requirements for work areas. Sheet G-3 shows work area limits and requirements. Airport security requirements are described in Section Contractor to supply a list of employees, suppliers and subs. Staging areas, haul routes and project access points are shown on the plans. Shutdowns of RW are anticipated. The Contractor shall notify the Engineer 3- days in advance so a NOTAM may be issued. Refer to Sheet G-3 for various work area sequencing, requirements and restrictions. As required in Section of the General Requirements, the Contractor shall submit a proposed schedule for completion of the work 5-days prior to the pre-construction

4 conference in order to allow the Airport to coordinate notification with airport users. 13. CONSTRUCTION STAKING Construction staking by Contractor. Control monuments have been established. Refer to Sections 50 and Contractor shall do all staking. Stake Subgrade, Subbase, Base Course; Edge of Pavement Layout electrical items; Drainage Items; Pavement Markings; Finish Grade Surveying of Pavement Section Layers; Submit survey documentation to Engineer for Approval; Condition of retainage release. 14. EXCAVATION/BASE CONSTRUCTION A Geotechnical report for the project is included in the bid documents for contractor reference. No separate payment for rock excavation. Site Grading will result in excess soil that must be disposed of by the Contractor. Disposal is incidental and no separate payment will be made for material disposal. Contractor may anticipate processing existing pavement to form subbase. Subbase shall conform to the requirements of Section P-154 of the specifications. See Technical Specifications for: Provisions for Geotextile Fabric (P-152). Provisions for Geogrid (P-152), if directed by the Engineer. Subbase Course (P-154). Aggregate Base Course (P-209) 15. EROSION CONTROL 1200-C permit is not be required for this project since site runoff doesn t discharge to waterway. However, minimizing erosion and prevention of sediment leaving the site are priorities. Contractor to provide dust and smoke control. 16. PAVING FAA spec s will apply to runway pavement. Temporary taxiway will follow ODOT specifications for pavement, base rock, and

5 subgrade. 17. TESTING Contractor is required to conduct compaction testing, survey grade checks and AC QC testing. Test results are to be submitted to the Engineer. Engineer will conduct acceptance testing for AC construction. 18. ELECTRICAL Electrical will include adjustment of existing lights to grade, relocation of some existing lights, and installation of new lights as required by the new taxiway edge geometry. Lighted signs will be installed at runway connections. 19. QUESTIONS

6 MADRAS MUNICIPAL AIRPORT TAXIWAY RECONSTRUCTION AIP NO PRE-BID CONFERENCE (VOLUNTARY) June 25, 2018 SIGN IN SHEET NAME COMPANY PHONE #