Generator for Maintenance/Police Complex

Similar documents
Tucson International Airport (TUS) Rehabilitate Taxiway D, Shoulders and Connectors

SUMMARY TO MINUTES OF PRE-BID CONFERENCE FOR T-HANGAR REPLACEMENT

Addendum 2 Electrical Clarifications. 1. Drawing E2: Delete typical detail references: 3. Drawing E2: Add detail reference at pole A 7: 2 P age

COUNTY OF SAN JOAQUIN

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

TRIAD ENGINEERING CONSULTANTS, INC.

ADDENDUM NO.1. Ray Stoyer Water Recycling Facility Access Road and Site Paving Repair (IN )

2. Clarification: The building address is 801 Henderson Street.

ADDENDUM NO. B. TO THE BID DOCUMENTS, dated 1/5/16 FOR THE

TRIAD ENGINEERING CONSULTANTS, INC.

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

COUNTY OF ALAMEDA. REVISED BID DUE DATE: 2:00 p.m., THURSDAY, NOVEMBER 17, 2016

NOTICE TO BIDDERS FOR

COUNTY OF SAN JOAQUIN

P MWC ADDENDUM # 3 Issue Date: July 5, 2017

DOCUMENT POST BID INTERVIEW

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

ADDENDUM NO. 1 Kansas City Area Transportation Authority 1350 E. 17 th Street Kansas City, Missouri 64108

I. General Information. A. Project Team & Contacts: Role Company Name Phone City of Johnson City Jeff Owner Water & Sewer Harmon, PE Department

HAWTHORNE AND THAD WATER & WASTEWATER IMPROVEMENTS ITB #124D 16F CITY OF IRVING ADDENDUM # 1 MAY 10, 2016

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

ADDENDUM NO. 1 DATE ISSUED: OCTOBER 29, 2013

Addendum #2 B14/9830. East Campus Student Life/Business Services/DSR Renovation

Addendum No. 1 Page 1 of 2

DEMOLITION BID. BID OPENING November 20, 2018, 8:00pm. Village of Germantown 306 Prairie St. Germantown, IL 62245

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

Permit Requirements: Building Codes: The City of Clanton has adopted the following codes which are enforced by the Building Department:

CONTRACT PROPOSAL/CONTRACT ACCEPTANCE HIGDON LOOP ROAD BRIDGE

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

Bidding Conditions Attachment C

A D D E N D U M N O. 1


Finance & Technology Administrator (815) ext 223

ADDENDUM NUMBER ONE (1) December 6, The following Addendum shall be incorporated into the Contract Documents for the above referenced project.

Herrington Architects PC 101 Richard Arrington Jr. Blvd. S. Birmingham, AL phone fax

SAN ANTONIO WATER SYSTEM DOS RIOS WATER RECYCLING CENTER (DRWRC) DIGESTER MIXING AND SYSTEM ENHANCEMENTS - PHASE 1

The bid is being postponed to comply with State rules requiring 4 calendar days for receipt of bids after an addendum.

ADDENDUM NO. 1. March 3, 2017

This Addendum is directed to all prime Contract Bidders, and all others to whom Drawings and Specifications have been issued by the Architect.

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

GENERAL NOTES REQUIRED NOTES ON ALL PLANS

SECTION BID FORM

FAA AIP No.: WKD Job No.: CA

Bidding Conditions. March 22, (Project# 0192) at the. Fresno Chaffee Zoo. Project : Warthog Exhibit. Located at. 894 West Belmont Avenue

TELEPHONE: (215) Addendum No. 03

Both envelopes must have the following information in the lower left hand corner:

OUTAGAMIE COUNTY REQUEST FOR BID FOR HAULING SERVICE OF RECYCLABLE PLASTIC BALES FOR THE DEPARTMENT OF RECYCLING & SOLID WASTE

ADA BARRIER REMOVAL PHASE

ADDENDUM NO. 1 PRE-BID CONFERENCE: GENERAL: Great West Engineering, Inc N. Lakeharbor Lane Boise, Idaho (208)

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

The Bid Date has changed to 03/16/2010 at 2:30 PM.

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Sample. Bid Proposal. Not Valid for Use

JUDD STREET LIFT STATION DEWATERING CONTRACT

City of Eagle Point South Shasta Pedestrian Bridge Instruction to Bidders

CONTRA COSTA COMMUNITY COLLEGE 500 Court St, Martinez, CA 94553

May 31, Prepared By: Thompson Engineering, Inc Cottage Hill Road Ste. 190 Mobile, Al Office (251) Fax: (251)

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1


Document Bid Form (General Contract) State of Ohio Standard Requirements for Public Facility Construction

Pre-Construction Meeting Minutes

The purpose of this addendum is to respond to RFI s submitted to the County and issue a revised SECTION BID FORM.

Connecting Revitalizing Preserving Celebrating

Answer 1: The reference to CB 5 is incorrect. The correct reference should be CB 4. Question 2: Have any potential staging areas been identified?

ADDENDUM # 01. Date: 5/4/2018. Pickens Area Bus Office Repaving Project. IFB Number:

707 Minnesota Ave., Suite 506 Kansas City, Kansas Tel Fax

ADVERTISEMENT FOR BIDS

BID PROPOSAL FOR TOWN OF HIGHLAND PARK, TEXAS FOR 2014 WATER MAIN AND SEWER MAIN REPLACEMENT IN EASEMENTS

Mustang Substation Bank I Replacement Project MAJ 15-SP5054

General Water Bid Items Item No.

Addendum No. 2. Pre-Bid Meeting Notes and Scope of Work Clarifications

SUBJECT: ITB , Oxford Road Complete Street Improvements Project ADDENDUM #1

RFB # ADDENDUM NO. 1 ISSUED APRIL 23, 2018 PRE-BID MEETING MINUTES NEW HANOVER COUNTY LANDFILL GAS COLLECTION AND CONTROL SYSTEM CONSTRUCTION

ADDENDUM NO. 01. Coliseum, Toxicology, Poulton, & MRC Decks Western Carolina University SCO ID: Atlas Engineering Job No.

Project Location: 2220 E. League City Parkway, League City, Texas 77573

DOCUMENT BID PROPOSAL

NOTICE TO OFFERORS ADDENDUM NO. 1 WASTE COLLECTION SITE DEVELOPMENT PLAN FOR THE COUNTY OF SHENANDOAH

EDS Upgrades and CBRA Improvements. Addendum No. 1 DATE OF ADDENDUM: 08/05/2016

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

City of Eagle Point 2017 Paving Instruction to Bidders

Newport News Public Schools

City of Waconia. Plumber Permit Information

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

REQUEST FOR TENDER - SERVICES RFT HOUSE DEMOLITION 7958 BEAVERDAMS RD., NIAGARA FALLS, ON.

SECTION BID FORM JACKSON AVENUE / 15TH STREET WATER MAIN REPLACEMENT

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

ADDENDUM #1. for the. Physical Security (Phase II), #31336 Bid #G San Jose City College

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

CONTRACT SPECIFICATIONS FOR

JEFCO GYM HVAC ADDITIONS TO ARCHITECT'S NO AES, BES, CES, PGES, SRES B.C. NO


Memphis Housing Authority Capital Improvements Department 700 Adams Street, Room 107 Memphis, Tennessee

Job Order Sewer Repair Services

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

LEVEL I PREQUALIFICATION DOCUMENTS GEISEL RESTROOM RENOVATIONS

Transcription:

NOTICE TO ALL BIDDERS ADDENDUM NO. 1 TO TUCSON AIRPORT AUTHORITY 11/29/2018 In accordance with the Project Specifications and Contract Documents, and as noted in the Instructions to Bidders, Bidders on the project are hereby notified that the following addendum, dated November 29, 2018, shall be made a part of the Project Specifications and Contract Documents. The Bidder shall acknowledge receipt of this addendum on the Bid Form of said Project Specifications and Contract Documents. 1. The bidding time and date remain unchanged. GENERAL 2. Attached to this Addendum Number One are: The 6-page summary of the pre-bid conference, dated November 27, 2018; 2-page sign-in sheet for attendance. All materials described above shall be considered part of the contract documents. 3. The answers to various questions submitted to date are included in the conference summary document referenced above. END ADDENDUM NUMBER ONE Attachments: Pre-bid conference summary incl. questions and answers; and sign-in sheet. 11/29/18 8/16/18 EXPIRES 3-31-20 3-31-17 Addendum No. 1 Page 1 of 1 11/29/18 7250 South Tucson Blvd. Suite 300, Tucson, Arizona 85756 TEL 520-573-8100 FAX 520-573-8008 www.flytucson.com

PRE-BID CONFERENCE SUMMARY Project Number: 10217962 Project Name: Generator for Maintenance/Police Complex Date: November 27, 2018 Time: 10:00 am Location: TAA Admin Offices, Catalina Room Funding: TAA Contracting Officer: Ray Valdez Project Director: Ricardo Enriquez Project Engineer: Monrad Engineering, Inc. 1. SIGN IN AND INTRODUCTIONS 1.1. See attached list for attendees. 1.2. Ray Valdez welcomed all attendees and made brief introductions of TAA staff and the Project Engineer. 1.3. Ray Valdez indicated that a copy of the pre-bid conference summary and associated sign-in sheets will be distributed to all bid set holders of record and pre-bid conference attendees via addendum. Bidders wishing to receive any further addenda must confirm they are on the Bid Holder s List. 2. BIDDING REQUIREMENTS: 2.1 Bids will be opened at 2:00 p.m. Local Tucson Time on Wednesday, December 19, 2018 in the Catalina Room of the TAA Administration Office, Tucson International Airport, Third Level, 7250 South Tucson Boulevard, Suite 300, Tucson, Arizona 85756. 2.2 All requests for clarifications or substitutions shall be made in writing to the Engineer via email at chrismonrad@monradengineeringinc.com. Answers will be provided via addendum to all bid set holders of record. The last day for questions will be Tuesday, December 4, 2018 and a final addendum, if necessary, will be issued on Monday, December 10, 2018. 2.3 The contractor shall carefully complete the bid as required by the Contract Documents. 2.4 Bidders must prepare their bid on the Bid Form provided on pages 40-42 of the Bid Documents and must enclose with their bid all items listed on page 41. 2.5 Bidders must enclose a properly executed Non-collusion Affidavit in the form provided on page 43 of the Bid Documents. 1

2.6 Bidders must enclose a properly executed TAA Interest List Form on provided on page 20 of the Bid Documents for themselves and their subcontractors if not already on TAA s Interest List. 2.7 All bids must include a bid bond in the amount of 10 percent of the aggregate of the base bid amount in the form shown on page 47 of the Bid Documents. 2.8 The Work to be performed will be subject to the provisions of Title 34 of the Arizona Revised Statutes (A.R.S. 34-201, et seq., as amended). All bidders and subcontractors must be duly licensed to perform the work at the time the bid is submitted (or exempt from licensing requirements). If a licensing exemption is claimed, the bidder must set forth basis for any claimed exception on page 41 of the Bid Form at the time the bid is submitted. 2.9 DBE It is the policy of TAA to ensure that Disadvantaged Business Enterprise firms ("DBEs") have a fair and equal opportunity to participate in TAA's contracts. Specifically, it is the goal of TAA to ensure that, to the extent reasonably possible and consistent with other legal requirements: (a) DBEs are not discriminated against in the award and administration of TAA's contracts; (b) a level playing field is created on which DBEs can compete fairly for TAA's contracts; and (c) any barriers to the participation of DBEs in TAA's contracts are removed. A copy of this policy is available upon request. As a matter of responsiveness, firms must complete and submit the Statement of Proposed DBE Utilization form, with its submittal. For information regarding DBE firms recognized by TAA, or if you have any questions about TAA's policy, please contact Veronica Ruiz-Ronquillo, TAA DBE Liaison Officer, at 520-573-8100. DBE Reporting As a condition of the agreement between the parties, the Contractor awarded the contract will be required to report DBE participation efforts. Contractor will list (1) all certified DBE subcontractors/subconsultants who will be working on the Project, including work performed by Contractor's own forces if Contractor is a DBE and (2) the estimated amount of dollars that will be paid to any DBE subcontractor/subconsultant providing services. This information will be reported on a form to be provided by TAA. In addition, Contractor must provide written confirmation from each DBE of its participation in the Contractor's work. Contractor will be required to track all payments to DBEs working on the Project. At the completion of the Project, Contractor will be required to complete and submit a final certification of payments to DBE firms on a form to be provided by TAA. 3. CONTRACT REQUIREMENTS: 3.1 Bidders shall carefully review the Construction Services Agreement provided on pages 44-46 of the Bid Documents, as well as the Master General Conditions, Exhibit A of the Bid Documents. 3.2 There are no liquidated damage requirements for this project, but TAA reserves the right to pursue actual damages if necessary. 3.3 Insurance requirements are shown on pages 32 33 of the Master General Conditions. Bidders should carefully review these requirements to confirm they can comply. 3.4 Performance and Payment bonds will be required for this project in the form found on pages 48 and 49 of the Bid Documents. 3.5 Contractor must comply with all Federal and State required contract provisions as outlined in the Contract Documents. 2

4. PROJECT SCOPE AND TIMING: 4.1 Ricardo Enriquez and the Project Engineer reviewed the Scope of the Work. 4.2 Ricardo Enriquez indicated that the successful Bidder will be required to achieve Substantial Completion of the entire Work in accordance with the terms of the contract not later than 122 Calendar Days after the issuance of the Notice to Proceed by TAA. 4.3 A copy of the Ground Rules for Construction at TAA and Ryan Airfield (May, 2018) can be downloaded at the following site: https://www.flytucson.com/taa/business/taa-resources/. Bidders should note the requirements for a Project Safety Plan and Project Construction Management Plan. 5. GENERAL INFORMATION: 5.1 Construction survey layout requirements are explained in the Contract Documents. 5.2 General inspection and acceptance testing will be by the Engineer. Quality Control Inspections and testing will be by the Contractor. Testing requirements are outlined in the Contract Documents. 5.3 Traffic control and pedestrian access shall be provided for by the Contractor. Pedestrian access, or other accommodations, shall be safe and well-constructed. 5.4 Traffic Control and barricading shall be provided and maintained by the Contractor. Barricades shall be of the type indicated in the Contract documents and be lighted, and secured to prevent blow down. 5.5. A City of Tucson building permit is required for this project. The Contractor shall pick up and pay for the permit. Permit cost shall be reimbursed by TAA at the Contractor s cost. 5.6. An Activity Permit Fees Schedule (Table 17.12.540) covering land stripping and/or earthmoving, trenching, and road construction (including any pavement construction project on TAA properties) has been adopted by Pima County. The Contractor is to include applicable activity permit fees in the bid. 5.7. The Engineer explained the requirements for special inspections, submittals, etc. 5.8. The location of the Contractor's yard and the haul routes were discussed. 5.9 The Contractor is responsible for arranging and payment of all costs for temporary utilities. Power and telephone are available near the yard area. 5.10 Portable toilets will be required at the job and yard site. 5.12 Subcontractor work shall not be permitted without supervision of the Prime Contractor. 5.13 No drugs, alcohol or firearms are allowed on any airport property. 5.14 All Contractor vehicles shall be identified with permanent lettering that may be easily read from 20 away, on each side of the vehicle, showing the name of the company. Company owned, but not lettered vehicles, shall be marked with magnetic signs with the company name and shall be at least 12 x24 mounted on each side of the vehicle and easily read from 20 away on each side of the vehicle. 3

5.15 All company vehicles admitted to the secured area shall have a copy of vehicle registration (or rental/lease contract) and insurance card in the name of the company. 5.16 No private vehicles are permitted in the secured operations area. Parking of private vehicles will be in a designated area, usually in or adjacent to the contractor yard. 5.17 All Contractor personnel will be required to sign an entry log sheet. No badging is required. 5.18 It is mandatory that all aspects of the OSHA Hazardous Materials Communications Program be provided for, including Material Safety Data Sheets, which must be filed in a designated location on the project, available to personnel and the Fire Department. 5.19 The Contractor shall be responsible for the immediate clean-up of any leaking or spilled substance, such as fuel, oil, anti-freeze, etc. Spilled materials shall be disposed of off airport property in a proper manner. The Contractor shall provide TAA with documentation describing disposal. 5.20 The work and traffic areas must be kept free of debris, including dust, mud, construction materials, etc. which would jeopardize operations. Active pavements adjacent to the work site shall be cleaned by appropriate methods to insure that foreign materials are not present to damage aircraft or ground vehicles. 5.21 TAA shall not be responsible for the security of any stored materials or equipment. The Contractor shall provide whatever measures are necessary to protect materials or equipment. 5.22 Personnel will be working in a high noise area and should take appropriate protective measures. 5.23 If any welding or open flame cutting (including equipment repairs) is done, a daily, no cost, welding permit will be issued by TAA's Fire Department. 5.24 TAA has a confined space program is outlined in the project specifications. The Contractor will be responsible to provide all equipment and trained personnel if required by project activities. 6. DISCUSSION The floor was opened to questions and answers and discussion followed. Q: Is this a SIDA Access area? A: No, this is not a SIDA access area. This is not a TSA regulated area. Q: Are there any special inspections required e.g., pole bases, concrete pad? A: No, there are no COT special inspections required. 4

Q: Is there a compaction testing special inspection? A: Compaction is not a COT special inspection requirement; compaction testing is a contractor quality control requirement. Q: Is there water available on the site? A: Yes, there is water available on the site. Q: How many feet of trench can we have open at a time? A: A minimum 12 foot wide vehicular drive aisle shall be maintained at all times between the north and south sides of the trench alignment. Q: Location of existing utilities? Is that all done via private locator by the Airport? Or will it be Contractor responsibility? A: The contractor will need to call for public Blue Stake; TAA will locate all private utilities. All protocols will be addressed at pre-construction meeting, post award. Q: There seems to be a discrepancy on the scale between E.1.0 and ES.1. Can the Engineer revisit those scales? A: ES.1 scale of 1 inch=20 feet is correct. E1.0 scale text should read 1/8 inch = 1 foot to match the graphic scale on E1.0. Q: Will there need to be shut down notices for utilities. A: Yes, there shall be 7 days advanced notice for shutting down utilities per Sheet E2.0. Note requirements for temporary generator shown on Sheet E2.0. Q: Will we receive the gate code to access the site? A: Yes, the contractor that is awarded the project will receive the gate code. Q: Who will be responsible to removing/relocating the landscape gravel and large rocks currently at the site? A: TAA staff will clear the site of the generator and surrounds of any obstructions. 5

7. SITE VISIT Ray Valdez indicated that a site visit would be conducted for interested firms. The conference adjourned at 10:25 a.m. and a site visit was conducted. This is a summary of the proceedings of the Pre-Bid Conference as recalled by Ray Valdez. A tape recording of the proceedings was made and is on file in the TAA Procurement Department. cc: File O 6