ADDENDUM NO. 1. March 3, 2017

Size: px
Start display at page:

Download "ADDENDUM NO. 1. March 3, 2017"

Transcription

1 ADDENDUM NO. 1 March 3, 2017 INDIANAPOLIS INTERNATIONAL AIRPORT Cargo Apron Utility Corridor Relocations Temporary AOA Fence Realignment IAA Project No. I CONTENTS ADDENDUM NO. 1 TEXT PAGES 2-4 PRE-QUOTE MEETING MINUTES PAGES 5-7 PRE-QUOTE ATTENDANCE LIST PAGE 8 UPDATED PLAN SHEETS (SHEETS 4 AND 10 OF 12) PAGE 9-10 Page 1 of 8

2 Date: March 3, 2017 ADDENDUM NO. 1 INDIANAPOLIS INTERNATIONAL AIRPORT IND CARGO APRON UTILITY CORRIDOR RELOCATIONS TEMPORARY AOA FENCE REALIGNMENT IAA Project No. I 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 meeting minutes from the Pre-Quote Meeting held on February 28, B. See attached Sign-In Sheet from the Pre-Quote Meeting. Item No. 2 Request for Quote A. Page 6 of 19, Paragraph 9 (as follows) shall be deleted. The contractor shall furnish and install fabric mesh screening material on the temporary chain link AOA fence in a quality and color matching the existing fabric on the adjacent fence. Contractor shall submit fabric samples and product data for the Owner review and approval prior to placement. Page 2 of 8

3 Item No. 3 Specifications A. Specification Item F-162 Chain Link Fence. Paragraph Mesh (as follows) shall be deleted. Privacy screening material shall be provided by the Contractor and shall be a color and quality matching the existing adjacent fence. Contractor shall submit a sample and project data for Engineer review prior to purchase and installation. Item No. 4 Drawings A. Remove drawing 4 of 12 dated 2/20/2017 and replace with drawing 4 of 12 dated 3/3/2017. B. Remove drawing 10 of 12 dated 2/20/2017 and replace with drawing 10 of 12 dated 3/3/2017. Item No. 5 Contractor Questions A. Question: Please confirm that the Owner s gate material can be reused. Answer: Bidders were given an opportunity to review available Owner materials for reuse during the prequote walkthrough on February 28, If, in the bidders judgment, those materials are sufficient in size and operability, they may be used in place of new gates. Existing Owner materials may be used if gate opening will be equal to or larger than what is currently on the drawings. B. Question: Can the windscreen be continuous or does it need to be segmented? Answer: The privacy screening material shall not be required for this project. See Item No. 2 and Item No. 3 above. C. Question: Can excavation work be done during normal business hours, in particular, loading spoils off tug roads? Answer: Excavation can be conducted during normal business hours. All work on the tug road is restricted to Friday, Sunday, and Monday before 3:00 PM. D. Question: The print detail sheet 10 detail 3, shows the barrier. Is the 45 degree to be painted yellow? Answer: Yellow paint shall be applied to the airside face of the temporary concrete barricade in keeping with technical spec section P-620. Both the bottom face (perpendicular to the pavement) and the lowered angled face (at 45 degree angle) shall have this paint along with glass beading. See revised Detail 3 on Drawing 10 of 12 dated 3/3/2017, attached to this addendum. Page 3 of 8

4 E. Question: Should the 90 degree be painted yellow too? Answer: See answer D above and Detail 3 on Drawing 10 of 12 dated 3/3/2017, attached to this addendum. F. Question: Should it all be painted in traffic, thermal or epoxy paint? Answer: IAA takes no exception to applying paint and glass beads to the temporary concrete barrier wall in place (traffic). The paint type shall be selected by the Contractor from Specification P-620, Table 1. See answer D above and Detail 3 on Drawing 10 of 12 dated 3/3/2017, attached to this addendum. G. Question: Will a survey of existing utilities, associated easements and rights-of-entry be made available to the bidders and/or the successful bidder? Answer: Existing easement and right-of-entry information will be provided to the successful bidder, however, the contractor will be responsible for locating the easement edges and installing the silt fence at these limits as shown on the drawings. The contractor will not be allowed in the Enterprise Products Easement. H. Question: What restrictions, requirements, obligations are in effect while working in the proximity of the existing utilities. Answer: See notes on drawing sheet 5 of 12. The contractor will not be allowed in the Enterprise Products Easement. Page 4 of 8

5 7800 Col. H. Weir Cook Memorial Dr. Indianapolis, Indiana office fax Pre-Quote Meeting Minutes Cargo Apron Utility Corridor Relocation Temporary AOA Fence Realignment IAA Project No. I February 28, 2017, 1:30 pm 1. Introduction A. Project Name: Cargo Apron Utility Corridor, Temporary AOA Fence Realignment B. Project Number: IAA Project No. I C. Project Representatives Owner: Indianapolis Airport Authority Designer: Kimley-Horn & Associates, Inc. All attendees introduced themselves. Price Construction stated they were an MBE contractor. 2. Quote Procedure A. Quote Documents Plans Request for Quote Proposal (One Volume) and Technical Specifications. All attendees confirmed obtaining all contract documents from the IAA website. B. Quote Date/Time/Location: March 8, 3:00 pm at the Indianapolis International Airport. Submit to Guest Services Desk on 3 rd Floor of Terminal. Quotes will be opened in the 4 th Floor Board Room. C. Sealed opaque envelope marked on the outside, as indicated in the RFQ on page 9 or 14. This page was shown to all attendees. Fatal Flaws D. Quote Package Items: Itemized Quote Page, page 10 of 14 Required Supplier Diversity, page 11 of 14 Non-Collusion Affidavit, page 12 of 14 Bid Bond or Certified Check totaling 5% of Bid Contract Signature Page, page 9 of 9 (following page 12) All must be completed in their entirety; else the bid will not be read and will not be given further consideration Page 5 of 8

6 All of the aforementioned pages were shown to the attendees. E. Quote Questions Must use the question form provided in the RFQ on page 14 of 14. F. Last Day to Submit Questions: March 1, Response questions will be issued by March 3, 2017 by addendum. 3. Title VI of the Civil Rights Act of 1964 The Authority, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 and the regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, will be afforded full and fair opportunity and that no persons on the grounds of race, color, national origin, sex or creed, be excluded from participation in, be denied the benefits of, or subjected to discrimination in consideration for this advertisement. (See Section VIII of the Contract for Construction Services) o Prime to include Title VI language in contracts with subcontractors o IAA requires copies of the prime contractor s contracts with subcontractors 4. Supplier Diversity Participation Goals - Holli Harrington, Director of Supplier Diversity, Supplier Diversity Website: supplierdiversity.ind.com - The IAA Supplier Diversity Participation goals are: 15% MBE, 10% WBE and 3% VBE; with an overall MWVBE goal of 28% - If the combined percentages of the above goals are not met, the contractor will be required to demonstrate its Good Faith Efforts (GFE) to attain the goals. (GFEs should reflect the plan to attain the goal including identifying potential services and/or supplies to be provided) - GFE documentation must be submitted within three (3) days of notification as the apparent low bidder. Failure to provide GFE could result in declaring the bid nonresponsive. 5. Project Plans & Specifications Review A. General Scope of Work was presented by design team member Jeanne Chandler of Journey Engineering. B. Funding: Airport capital improvement funds, no federal funding C. Erosion Control: See plans D. Work Permit: Contractor will obtain an Airport Work Permit from Robert Jones E. Project Time: Contract time is 30 calendar days after Notice to Proceed Page 6 of 8

7 F. Site Logistics: Staging areas, existing material location, access gates, and general site access was reviewed. Allowable work hours were also discussed. G. Safety Plan: Contractor shall include with airport Work Permit Application, if not using the plan included in the Contract Documents. H. Prominent Special Provisions/Conditions (pre-approval of or equal) I. Security Considerations: This work is within the AOA secure area of the Airport. J. Site Tour: Approximately 60 minutes in length, conducted during this meeting. 6. Review of Insurance Program A. As listed in the RFQ, page 7 of 14 B. Successful Bidder: * Include IAA as additional insured * Send directly to IAA (Attn: Robert Staiton, Project Manager) 7. Project Start-up Execution of contract anticipated March 13, Contractor expected to start work within 3 days of date in Notice to Proceed. Contractor to submit initial schedule within ten (10) days of contract award. IAA Work Permit may take up to two weeks for final approval. 8. Diversity Networking Session and Site Visit Conducted during the meeting. 9. Questions Questions can only be asked and answered in writing. Bidders shall use the prescribed form for questions in the RFQ on page 14 of 14. This form was shown to all attendees. END OF MINUTES Page 7 of 8

8

9 NORTH Indianapolis Airport Authority

10 AUTHORIZEDPERSONNEL ONLY VIOLATORS OF PART 107 FEDERAL AVIATION REGULATIONS SUBJECT TO PROSECUTION FOR TRESPASSING NOTE: TEMPORARY AOA FENCE CONCRETE BARRIER WITH 6 FT CHAIN LINK FENCE INSTALLATION DETAILS NOTE: TEMPORARY AOA FENCE CONCRETE BARRIER EAST TUG ROAD LOCATION DETAIL SERVICE ROAD CENTERLINE MARKINGS STOP BAR MARKINGS TEMPORARY AOA FENCE CONCRETE BARRIER NORTH TUG ROAD LOCATION DETAIL Indianapolis Airport Authority NOTE: