RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2

Size: px
Start display at page:

Download "RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS. Manassas Regional Airport ADDENDUM NO. 2"

Transcription

1

2 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE 2 BRIDGE STRUCTURE EXTENSIONS Manassas Regional Airport ADDENDUM NO. 2 April 19, 2013 This Addendum is hereby made a part of the Contract Documents and Specifications of the above referenced project. All other requirements of the original Contract Documents and Specifications shall remain effective in their respective order. ACKNOWLEDGE RECEIPT OF THIS ADDENDUM (Pages A2-1 through A2-3) BY INSERTING ITS NUMBER AND DATE ON PAGE 23 OF THE INVITATION TO BID. MODIFICATIONS TO BID PROPOSAL 1. No modifications to the Bid Proposal are included in this Addendum. MODIFICATIONS TO TECHNICAL SPECIFICATIONS 1. Page VDOT SP-405-1, Section , REVISE to read: Plant Review is amended to replace the first paragraph whole section with the following: Plants that manufacture precast, prestressed concrete elements shall have PCI certification for applicable product groups and categories except that plants supplying only piles will not be required to be certified. PCI inspection reports shall be on file at the plant and available for review by the Department Owner. Plants that have not previously produced products for the Department will be inspected by the Engineer prior to commencement of production. The Contractor shall provide suitable office space for use by the Engineer s representatives. 2. Page L-120-3, Section , REVISE to read: The isolation transformers shall be L-830, 20 amp primary to 6.6 amp secondary, sized per the fixture manufacturer's recommendations and conforming to AC 150/ A, latest edition. 3. Page L-120-8, Section , REMOVE without arctic kit and REPLACE with with arctic kit. MODIFICATIONS TO CONTRACT DRAWINGS 1. Plan Sheet S124, REVISE Title of Detail to Proposed Wall to Existing Wall Attachment Plan Runway & Taxiway Bridge, REVISE callout to Wall Manufacturer To Detail Expansion Joint at Interface, REVISE callout to Wall Manufacturer To Detail Expansion Joint At Interface. Front Face of Proposed Wall Must Be Flush With Front Face of Existing Wall, ADD callout Wingwall, ADD callout Wall Face Parallel to Channel. Page A2-1

3 CLARIFICATIONS 1. Q: Is there a construction joint in the end wall? A: Joints along the end wall should be determined by wall manufacturer s recommendation. Notes have been added for clarity on Sheet S Q: The DBE sheet shows 10.5% Minority Participation and 6.9% Female Participation. Please clarify if the total DBE participation is 10.5% with a goal of 6.9% within the total 10.5% of female or is the goal 17.4%? A: The total DBE percentage goal is 10.5% percent. The goal of 6.9% Female Participation is contained within the 10.5% DBE percentage goal. 3. Q: Please provide the height of the abutment pedestal for the taxiway bridge widening. A: The elevation of the abutment pedestal for the taxiway bridge extensions are provided in the typical section on Sheet S109 and S Q: The contractors have until April 19th (Friday) to ask questions and the bid is due April 26th. We would expect the answers to those questions by Monday to make any adjustments necessary to our price. Please consider a bid extension to allow enough time for the contractors to process the Q&A and develop their price. A: Answers to questions will be provided promptly. The bid opening date will remain as scheduled. 5. Q: Does the manufacturer of the prestressed concrete box beams need a VDOT approval or is a PCI certification sufficient? A: A PCI certification is sufficient. Page VDOT SP has been revised to state only a PCI certification is needed. 6. Q: Please confirm where the 1-6 concrete curb will be installed? A: The curb detail on Sheet S117 states the curb shall be installed on the exterior beams for both the taxiway and runway. Therefore, the curb will be installed at four locations for the full length of the exterior beam. 7. Q: The plans include Bid Item L Temporary Airfield Lighting. I am unable to find the plan page showing any temporary lighting. Would you please advise me to the location of the temporary lighting? A: The Temporary Airfield Lighting is not a specific location on the plans. It covers all areas where airfield lighting and navigation aids shall be kept in service during construction. One location in particular is the existing PAPI service along the existing west runway wingwall. Please refer to technical specification L Q: For Bid Item L , are the L-810 obstruction lights 6.6 amp or 120v? A: The obstruction lights isolation transformers shall be L-830, 20 amp primary to 6.6 amp secondary. Page A2-2

4 9. Q: A previous question related to the type of backfill material over the precast bridge beams, and the response was that it had to be in accordance with P-152 requirements. P-152 does not identify any specific type of material, other than indicate it must meet the approval of the Owner s Representative. Could the Owner give a more definitive description of the type of material that would meet his approval? A: The material must meet the subgrade compaction requirements shown in Table 1 of the P-152 specification. The subgrade material should be free of organic matter, such as muck, peat, organic silt, or sod. Page A2-3

5 BASIS OF DESIGN. The airfield lighting systems are designed using the below listed maximum fixture wattages. Approved airfield lighting fixtures with higher wattages are permissible provided the Contractor assumes all costs for the redesign of the airfield lighting and necessary power distribution systems and all costs incurred furnishing and installing any additional equipment. In no case shall the Contractor be allowed to reduce the size of the constant current regulators or the power distribution systems. L-804 Elevated Runway Guard Lights 100 W L-850A Runway Centerline Light 100 W L-850B Touchdown Zone Light 50 W L-850C MIRL Runway Edge Light 30 W L-852G In-pavement Runway Guard Lights 65W L-862E MIRL Runway Threshold Light (Elevated) 120 W L-850C HIRL Runway Edge Light (Semi-flush) 230 W L-862 HIRL Runway Edge Light (Elevated) 120 W L-862E Runway Threshold Light (Elevated) 200 W RUNWAY GUARD LIGHTS The runway guard lights shall be type L-804. The in-pavement runway guard lights shall be L-852G RUNWAY EDGE LIGHTS. The elevated runway edge lights shall be L-862 incandescent nonquartz type. The semi-flush edge lights shall be L-850C incandescent non-quartz type. Contractor shall provide to the Owner an elevated light level. Contractor may use the level to install the new fixtures. Level shall be in like new condition, as determined by the Engineer when turned over to the Owner. Cost of level is incidental to the fixture pay item RUNWAY THRESHOLD LIGHTS. The runway threshold lights shall be L-862E quartz type LIGHT BASES. All light bases (base cans) shall meet the requirements of FAA AC 150/ C, latest edition. The light bases shall be L-867 type for the non-load bearing units and L-868 for the load bearing units. The sizes of the units shall be as shown in the Plans and in this specification. Telescoping base cans may be used for the L-867 non-load bearing base cans. Two piece base cans, may be used, where paving interferences require their use. All light bases, transformer houses and junction boxes shall be Class 1, galvanized steel. All conduit connections to lights bases shall be made with threaded couplings CABLES. Cables shall comply with specification L-108, Installation of Underground Cable for Airports and L-111 Section 16120, Wire and Cables L-823 CONNECTORS. Connectors shall comply with specification L-108, Installation of Underground Cable for Airports ISOLATION TRANSFORMER. The isolation transformers shall be L-830, 20 amp primary to 6.6 amp secondary, sized per the fixture manufacturer's recommendations and conforming to AC 150/ A, latest edition FRANGIBLE COUPLINGS. All elevated items shall be installed on frangible couplings in accordance with the respective Federal Aviation Administration Advisory Circular. Frangible couplings CITY OF MANASSAS, VIRGINIA L TECHNICAL SPECIFICATIONS MANASSAS REGIONAL AIRPORT MARCH 2013 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE II ADDENDUM 2

6 Maintenance Manuals. This data shall include cut sheets from the manufacturer and the manufacturer's installation, operation and maintenance manuals, recommended spare parts lists, any required test results, and other data as required by Section L-106, Submittals, Record Documents and Maintenance Manuals. The manuals shall be in accordance with Section L-106. Final payment for any contract amounts shall not be processed without proper submittal of these manuals and review and approval by the Engineer CONTRACT DRAWINGS. Where the electrical drawings indicate (diagrammatically or otherwise) the work intended and the functions to be performed, even though some minor details are not shown, the Contractor shall furnish all equipment, material, and labor to complete the installation work, and accomplish all the indicated functions of the electrical installation. Further, the Contractor shall be responsible for taking the necessary actions to ensure that all electrical work is coordinated and compatible with the civil plans MINOR DEPARTURES. Minor departures from exact dimensions shown in the electrical plans may be permitted where required to avoid conflict or unnecessary difficulty in placement of a dimensional item, provided contract requirements are met. The Contractor shall promptly obtain approval from the Owner and/or the FAA Resident Engineer prior to undertaking any such proposed departure. METHOD OF MEASUREMENT GENERAL. The quantity of airfield lighting units to be paid for under this item shall be the number of each type installed, complete and in place, ready for operation, and accepted by the Engineer. Each airfield lighting unit shall include the installation of an identification plate or tag as detailed in the plans. BASIS OF PAYMENT GENERAL. Payment will be made at the contract unit price for each item completed in accordance with the plans and specifications that is installed by the Contractor and accepted by the Engineer. This price shall be full compensation for furnishing all materials and for all preparation, assembly and installation of these materials, and for all labor, equipment, tools, incidentals, and appurtenances necessary to complete these items. Payment will be made under: If any of the following bid items are not included in the bid, the quantity is hereby specified as zero. Item L L-810 LED Obstruction Light Surface Mounted Per Each L-810 LED Obstruction light, 12 high, Red colored lens with arctic kit as identified on project documents, surface mounted on a shallow (8 deep) junction can with a properly sized 20/6.6A L- 830 transformers, L-823 connectors, grounding, and all incidentals. Fixture shall be mounted to the perimeter of the runway bridge structure -- per Each.. END OF ITEM L-120 CITY OF MANASSAS, VIRGINIA L TECHNICAL SPECIFICATIONS MANASSAS REGIONAL AIRPORT MARCH 2013 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE II ADDENDUM 2

7 SS December 20, 2010cc VIRGINIA DEPARTMENT OF TRANSPORTATION 2007 ROAD AND BRIDGE SUPPLEMENTAL SPECIFICATIONS SUPPLEMENTAL SECTION 405 PRESTRESSED CONCRETE SECTION 405 PRESTRESSED CONCRETE of the Specifications is amended as follows: Section (a) Concrete is amended to replace 3. with the following: 3. Fully or partially embedded attachments to the prestressed concrete members required for supporting forms shall be galvanized in accordance with Section 233 of the Specifications. Section Plant Review is amended to replace the first paragraph whole section with the following: Plants that manufacture precast, prestressed concrete elements shall have PCI certification for applicable product groups and categories except that plants supplying only piles will not be required to be certified. PCI inspection reports shall be on file at the plant and available for review by the Department Owner. Plants that have not previously produced products for the Department will be inspected by the Engineer prior to commencement of production. The Contractor shall provide suitable office space for use by the Engineer s representatives. Section (e) Finishing is amended to delete the fifth paragraph. Section (h) Handling, Storing, and Erecting is amended to replace the fourth paragraph with the following: Lifting and support points for units other than piles shall be as shown on the plans or not less than 6 inches or more than 2/3 of the depth of the unit from the end of the unit. Piles shall be supported and lifted at points shown on the plans. The Contractor shall be responsible for the design and safety of the lifting device used. Section (h) Handling, Storing and Erecting is amended to add the following: Continuity diaphragms for prestressed beams shall not be cast until at least 90 days after the strands in the beams have been detensioned. Section (c) Prestressed Deck Panels is deleted. Section Measurement and Payment is amended to delete the Prestressed concrete panels paragraph, pay item and pay unit. CITY OF MANASSAS, VIRGINIA VDOT SP TECHNICAL SPECIFICATIONS MANASSAS REGIONAL AIRPORT MARCH 2013 RUNWAY 34R EXTENSION AND RELATED WORK PACKAGE II ADDENDUM 2

8