URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:

Size: px
Start display at page:

Download "URS CORPORATION NY Contract No. C REPUBLIC AIRPORT RUNWAY 1-19 RUNWAY SAFETY AREA (RSA) IMPROVEMENTS ADDENDUM NO. 4 TO:"

Transcription

1 URS CORPORATION NY Contract No. C ADDENDUM NO. 4 TO: DATE: May 12, 2016 CONTRACT NO. C S13-FRGRSA COUNTY: SUFFOLK IN THE LETTING OF May 16, 2016 NOTICE TO PROSPECTIVE BIDDERS The following Addendum is hereby made part of the Bid Documents for the Runway 1-19 Runway Safety Area (RSA) Improvements. Any revisions (additions, deletions, clarifications) provided in this Addendum shall supersede all related information contained in the Bid Documents issued on April 15, 2016, Addendum #1 issued on April 22, 2016, Addendum #2 issued on April 29, 2016, and Addendum #3 issued on May 4, Instructions to Bidders: 1. Contractor shall be advised that the new Runway 1-19 LED PAPI and REIL units shall be connected by new power and control cables originating from the existing airfield vault. Contractor shall furnish and install new power and control wires utilizing new/existing conduit/duct. The quantity for L , 4-WAY, 4 PVC CONDUIT, SCHEDULE 40, CONCRETE-ENCASED shall be increased to 1,370 LF. The cost for new wiring shall be paid for under Item L , NEW L-849(L) RUNWAY END IDENTIFIER LIGHTS (REILS) ON NEW BASE and L , NEW L-880(L) PRECISION APPROACH PATH INDICATOR LIGHTS (PAPIs) ON NEW BASE. It shall be the Contractor s responsibility to identify and document this new installation, as directed and approved by the Engineer. Immediately after notice to proceed, the Contractor shall identify areas shown on the plans where power and control cables can be installed within continuous existing/new underground electrical conduit/duct to the airfield lighting vault. Contractor work efforts shall include the following: a) Perform survey of existing manholes, hand holes, and other underground structures. Identify all cables in underground structures. Identify all cables not shown on

2 URS CORPORATION NY Contract No. C the plans that extend into the existing duct system or extend underground through the construction area; b) The Contractor shall access the contents of underground structures and make a recommendation which cables need to be removed and/or reinstalled to the Engineer; All work described above as well as incidentals will be included under Item and shall be directed by the Engineer. Any work performed as result of this investigation will be paid for under their respective items. 2. Bid Form: To be replaced in its entirety with the attached Bid Form. Please note that the revised Bid Form, supersedes the Estimate of Quantities, Drawings QUAN-01-A3 and QUAN-02-A3. 3. Item shall be removed in its entirety; payment for this material shall be included in Contractor s bid price for D Item shall be removed in its entirety; payment for this material shall be included in Contractor s bid price for D Supplemental Information Available to Bidders: The following project specific information and engineering data is hereby made available as Supplemental Information Available to Bidders: Questions & Answers Drawings and Specifications 1. Drawings EL-312A3 thru EL-314A3: Guidance sign table. Signs 33, 61 and 80 within the guidance sign table shall be revised to Action Note 3. These signs are distance remaining signs which will require a new sign and base in coordination with the runway shift. These items shall be paid under Item L Drawing CD-101-A2: Contractor shall be advised all pipe installation per RCP Trench Detail shall be paid for under Item D-701 and will be made at the contract unit price per linear foot for each type, class, and size of pipe designated; at the contract unit price per linear foot COMPLETE (including select granular fill and trench and culvert excavation). The bid price shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. 3. Drawings CL-405-A2 and CL-406-A2: Item in Note 2, shall be revised to read Item The quantity for Item as indicated in the Bid Form does not change.

3 URS CORPORATION NY Contract No. C Drawing CD-100-A3: Replace Leaching Basin detail with the attached revised detail. 5. Specification for Item 701, Pipe for Storm Drains and Culverts: Basis of Payment shall be revised to read: Payment will be made at the contract unit price per linear foot for each type, class, and size of pipe designated; at the contract unit price per linear foot COMPLETE (including select granular fill). These prices shall be full compensation for furnishing all materials and for all preparation, excavation, and installation of these materials, and for all labor, equipment, tools, and incidentals necessary to complete the item. Attachments: Revised Bid Form Revised Drainage Structure detail Addendum No. 4 Acknowledgement

4 a) PROJECT IDENTIFICATION: Addendum No. 4 BID FORM Republic Airport Contract No. C S13-FRGRSA b) THIS PROPOSAL IS SUBMITTED TO: Andrea R. Luft, Project Manager URS Corporation New York Republic Airport 7150 Republic Airport Room 216 East Farmingdale, New York c) TIME OF COMPLETION: One hundred eighty (180) Consecutive Calendar Days from Notice To Proceed for Final Completion. The undersigned BIDDER proposes and agrees, if this BID is accepted, to enter into an Agreement with OWNER in the form included in the Contract Documents to complete all work as specified or indicated in the Contract Documents for the Contract Price indicated in this Bid within the Contract Time and in accordance with the Contract Documents. BIDDER accepts all of the Terms and Conditions of the Instructions to Bidders, including without limitation those dealing with the disposition of Bid Security. This Bid will remain open Sixty (60) days after the day of Bid opening. BIDDER will sign the Agreement and submit the Security for Faithful Performance and other documents required by the Contract Documents within ten (10) days after the date of URS Corporation s Notice of Intent to Award. In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement, that: (a) BIDDER has examined the site and locality where the work is to be performed, the legal requirements (federal, state and local laws, ordinances, rules and regulations) and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as BIDDER deems necessary; (b) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, form or corporation and is not submitted in conformity with any Agreement or rules of any group, association, organization or corporation; BIDDER has not directly or indirectly induced or solicited any other BIDDER to submit a false or sham bid; BIDDER has not solicited or induced any person, firm or a corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for himself any advantage over any other BIDDER or over OWNER; (c) BIDDER has read, understands and fully accepts all the terms and conditions of the Contract Documents, and its Bid is made in strict and full accordance with them. (d) BIDDER further understands and agrees that he is to furnish and provide for all the necessary material, machinery, implements, tools, labor, services, and other items of whatever nature, and to do and perform all the work necessary under the aforesaid conditions, to complete the project in 17A4 P a g e

5 accordance with the Contract Documents and to accept in full compensation therefore the amount of the total cost as stated in the Bid. (e) BIDDER further agrees that if at any time during the progress of work, URS Corporation adds, alters or omits portions of the work, BIDDER shall so perform such work and accept as compensation a price mutually agreed to prior to the start of the additional work. (f) BIDDER acknowledges receipt of the following addenda: (If none, so state and affix signature). Addendum Date Signature 1 4/22/16 2 4/29/16 3 5/04/16 4 5/10/16 5/12/16 (g) Statement of Team Members (List Below): {Type of Contractor} {Type of contractor} (h) BIDDER will complete all the Work for the Total Amount Shown in the Cost Proposal: 18A4 P a g e

6 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST MOBILIZATION/DEMOBILIZATION LS LS CONSTRUCTION LAYOUT SURVEYING LS LS 1 X TEMPORARY CONSTRUCTION ITEMS LS LS SELECT GRANULAR FILL CY CY SELECT GRANULAR SUBGRADE CY CY TRENCH AND CULVERT EXCAVATION CY CY 1, GEOTEXTILE DRAINAGE SY SY SUBBASE COURSE, TYPE 2 CY CY 1,228 19A4 P a g e

7 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST F3 TOP COURSE HMA, 70 SERIES COMPACTION TON TON F9 BASE COURSE HMA, 70 SERIES COMPACTION TON TON 1, DILUTED TACK COAT GAL GAL MISCELLANEOUS COLD MILLING OF BITUMINOUS CONCRETE SY SY SHIELDING AND SHORING SF SF 15, TURF ESTABLISHMENT ROADSIDE SY SY 5, CLEANING DRAINAGE STRUCTURE EA CUTTING PAVEMENT LF A4 P a g e

8 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST MISCELLANEOUS WORK _ Two Two hundred thousand dollars and 00/100 and 00/100 cents FPLS FPLS 1 $200, $200, DRILL HOLE, 4 INCH DIAMETER 0 TO 50 FEET DEPTH RANGE (2 est. 30 each) LF FURNISHING EQUIPMENT FOR MAKING BORINGS EA 1 L TEMPORARY SERVICES FOR AIRFIELD LIGHTING CIRCUITS DURING CONSTRUCTION LS LS 1 L REMOVE EXISTING ELEVATED LIGHT FIXTURE AND BASE (DELIVER FIXTURE TO AIRPORT) EA 120 L REMOVE EXISTING SEMIFLUSH RUNWAY EDGE LIGHT FIXTURE AND BASE (DELIVER FIXTURE TO AIRPORT) EA 5 L REMOVE EXISTING AIRFIELD LIGHTING CABLE IN CONDUIT OR DUCT LS LS 1 21A4 P a g e

9 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST L REMOVE AIRFIELD GUIDANCE SIGN FOR REINSTALLATION EA 37 L REMOVE AIRFIELD GUIDANCE SIGN AND BASE EA 30 L REMOVE EXISTING 1-WAY, 2-INCH DUCT, DIRECT-BURIED, COMPLETE LF 14,640 L REMOVE EXISTING DUCTBANK, UNPAVED AREAS LF 200 L REMOVE EXISTING DUCTBANK, PAVED AREAS LF 200 L REMOVE EXISTING ELECTRICAL HANDHOLE EA 6 L REMOVE EXISTING ELECTRICAL STRUCTURE (GREATER THAN 4'X4') EA 2 L /C NO. 8 AWG, L-824, TYPE C, 5 KV CABLE, INSTALLED IN DUCTBANK OR CONDUIT LF 39,400 22A4 P a g e

10 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST L /C NO. 6 AWG, 600V, BARE COPPER COUNTERPOISE WIRE INSTALLED IN TRECH WITH GROUND RODS AND GROUND CONDUCTORS LF 17,000 L /C NO. 6 AWG, 600V, GROUND CABLE FOR AIRPORT LIGHTING CIRCUIT LF 17,500 L WAY, 2 PVC CONDUIT, SCHEDULE 40, DIRECT-BURIED LF 6,000 L WAY, 2 PVC CONDUIT, SCHEDULE 40, IN NEW PAVEMENT LF 500 L WAY, 2 PVC CONDUIT, SCHEDULE 40, IN EXISTING PAVEMENT LF 8,000 L WAY, 4 PVC CONDUIT, SCHEDULE 40, CONCRETE-ENCASED LF 1,370 L CONCRETE-ENCASED L-867B JUNCTION BOX WITH 3/4" THICK BLANK COVER EA 4 23A4 P a g e

11 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST L ELECTRICAL HANDHOLE 4'X4'X4', AIRCRAFT RATED EA 5 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON EXISTING BASE - 1 MODULE EA 7 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON EXISTING BASE - 2 MODULE EA 18 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON EXISTING BASE - 3 MODULE EA 16 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON EXISTING BASE - 4 MODULE EA 6 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON NEW BASE - 1 MODULE, COMPLETE EA 4 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON NEW BASE - 2 MODULE, COMPLETE EA 7 L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON NEW BASE - 3 MODULE, COMPLETE EA 12 24A4 P a g e

12 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST L NEW (SIZE 1) L-858(L) GUIDANCE SIGN ON NEW BASE - 4 MODULE, COMPLETE EA 4 L NEW (SIZE 5) L-858B(L) DISTANCE REMAINING SIGN ON NEW BASE, COMPLETE EA 4 L NEW L-861T(L) LIGHT FIXTURE AND BASE, COMPLETE EA 27 L NEW L-861/L-861E(L) LIGHT FIXTURE AND BASE, COMPLETE EA 59 L NEW L-850C(L) INPAVEMENT LIGHT FIXTURE AND BASE, COMPLETE EA 9 L REINSTALL L-861T LIGHT FIXTURE ON NEW BASE, COMPLETE EA 32 L NEW L-849(L) RUNWAY END IDENTIFIER LIGHTS (REILS) ON NEW BASE EA 2 25A4 P a g e

13 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST L NEW L-880(L) PRECISION APPROACH PATH IDICATOR LIGHTS (PAPIs) On New Base EA 2 L FIELD LIGHTING VAULT CIRCUIT CONNECTIONS _Forty-five thousand dollars and 00/100 and 00/100 cents ALLOW ALLOW 1 $45, $45, D INCH RCP PIPE CLASS V LF 769 D EXISTING DRAINAGE PIPE REMOVAL LF 150 D INCH PVC UNDERDRAIN PIPE LF 3,985 D INCH PVC UNDERDRAIN PIPE OUTFALL LF 700 D UNDERDRAIN CLEANOUT EA 28 D LEACHING BASIN EA 15 26A4 P a g e

14 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST D CATCH BASIN EA 1 D ADJUST STRUCTURE TO GRADE EA 33 D EXISTING DRAINAGE STRUCTURE REMOVAL EA 2 P PAVEMENT DEMOLITION SY SY 50,500 P PAVEMENT MILLING, VARIABLE DEPTH SY SY 975 P PAVEMENT MARKING REMOVAL SF SF 105,000 P CLEARING AND GRUBBING AC AC 0.04 P UNCLASSIFIED EXCAVATION, HAULED OFF SITE CY CY 48,965 27A4 P a g e

15 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST P BORROW EXCAVATION CY CY 4,000 P UNDERCUT EXCAVATION CY CY 7,100 P UNSUITABLE EXCAVATION CY CY 4,000 P SUBBASE COURSE, AASHTO M43 #3 STONE CY CY 7,100 P GEOTEXTILE FABRIC, WOVEN CLASS 2 SY SY 26,300 P INLET PROTECTION EA 86 P SILT FENCE LF 8,949 P STABILIZED CONSTRUCTION ENTRANCE EA 3 P CRUSHED AGGREGATE BASE COURSE CY CY 8,000 28A4 P a g e

16 SUMMARY OF QUANTITIES ITEMIZED BID PROPOSAL BASE BID ITEM DESCRIPTION WITH WRITTEN UNIT PRICE UNIT QTY. UNIT PRICE ITEM COST P P BITUMINOUS CONCRETE PAVEMENT - SURFACE COURSE (PG 64-22) TON BITUMINOUS CONCRETE PAVEMENT - BASE COURSE (PG 64-22) TON TON 3,000 TON 7,200 P PAVEMENT MARKING PERMANENT SF SF 200,000 P PAVEMENT MARKING TEMPORARY SF SF 95,000 P SAW CUT GROOVING SY SY 5,820 T SEEDING HYDROSEED AC AC T SEEDING-HYDROSEED WITH SOIL STABILIZATION AC AC 1.80 T TOPSOILING, 4" DEPTH SY SY 79,334 29A4 P a g e

17 TOTAL BASE BID COST: (TOTAL PRICE IN NUMBERS) (TOTAL PRICE IN WORDS) (i) BIDDER agrees that the Work will be substantially completed within the number of Calendar Days indicated in the Agreement. (j) BIDDER accepts the provisions of the Agreement as to Liquidated Damages in the event of failure to complete the work on time. (k) The terms used in the Bid are defined in the General Conditions of the Contract Documents and have the meanings assigned to them in the General Conditions. (l) The following documents are attached to and made a part of the Bid: a. Bid Submission Checklist b. Bid Form c. Bid Bond d. Non-Collusion Affidavit e. Bidder s Experience and Financial Statement f. References g. Equal Employment Opportunity Report Statement h. Consent of Surety i. New York State Vendor Responsibility Questionnaire (online) j. Certification of Non-Segregated Facilities k. Buy American Certificate l. Jurat m. New Procurement Lobbying Law Interim Guidelines and Procedures n. Compliance Procurement Lobbying Law o. Offerer Disclosure of Prior Non-Responsibility Determinations p. Offerer s Affirmation of Understanding on and Agreement Pursuant to State finance Law q. AAP 10 NYS D/M/WBE Solicitation Log r. AAP 22 NYS Pre-Award D/M/WBE Material Supplier Commitment Information s. AAP 23 NYS Pre-Award D/M/WBE Trucking Commitment Information t. AAP 35 NYS Workforce Participation Plan u. Schedule A New York State Insurance Requirements v. Standard Clauses for All New York State Contracts Legal Name of Person, Partnership or Corporation Date: 2016 By: Authorized Signature Title 30A4 P a g e

18 Address Street City, State, Zip Code ACKNOWLEDGEMENT BY BIDDER: If Individual or Partnership: State of County of On this day of, 20 before me personally appeared to be known and known to me to the be same person(s) described in and who executed the within instrument, and he (or they severally) acknowledged to me that he (or they) executed the same. Notary Public State of Qualified in My Commission expires 31A4 P a g e

19 If Corporation: State of County of On this day of, 20 before me personally appeared to me known, who, being by me sworn, did say that he resides at (give address) that he is the (give title) of the (name of Corporation), the Corporation described in and which executed the above instrument; that he knows the seal of the Corporation; that the seal affixed by order of the Board of Directors of the Corporation, and that he signed his name thereto by like order. Notary Public State of Qualified in My Commission expires ACKNOWLEDGEMENT BY BIDDER: If Individual or Partnership: State of County of On this day of, 20 before me personally appeared to be known and known to me to the be same person(s) described in and who executed the within instrument, and he (or they severally) acknowledged to me that he (or they) executed the same. Notary Public State of Qualified in My Commission expires 32A4 P a g e

20 If Corporation: State of County of On this day of, 20 before me personally appeared to me known, who, being by me sworn, did say that he resides at (give address) that he is the (give title) of the (name of Corporation), the Corporation described in and which executed the above instrument; that he knows the seal of the Corporation; that the seal affixed by order of the Board of Directors of the Corporation, and that he signed his name thereto by like order. Notary Public State of Qualified in My Commission expires 33A4 P a g e

21 Intentionally Left Blank 34A4 P a g e

22

23 ADDENDUM TO PLANS AND SPECIFICATIONS Runway 1-19 Runway Safety Area Improvements Republic Airport ADDENDUM NO. 4 ACKNOWLEDGEMENT OF RECEIPT The undersigned acknowledges that Addendum No. 4 to the Plans and Specification for the Runway 1-19 Runway Safety Area Improvements project has been received by the undersigned and will be incorporated in all copies of said Plans and Specifications in the possession of the undersigned. It is understood that all proposals submitted in response to this project will be presumed to be based upon full knowledge of the contents of Addendum No. 4. (Company Name) By: (Signature Authorized Company/Official) (Title) (Date) IMPORTANT NOTE: PLEASE SIGN AND DATE THIS ACKNOWLEDGEMENT OF RECEIPT AND RETURN VIA TO: ANDREA LUFT at Andrea.Luft@aecom.com BIDS WILL NOT BE ACCEPTED BY CONTRACTORS WHO HAVE NOT COMPLETED AND RETURNED THIS RECEIPT Contact Andrea at if there are any errors with the transmission.