6.25.14 ADD 2 - Indianapolis International Airport

ADDENDUM NO. 2
June 26, 2014
INDIANAPOLIS INTERNATIONAL AIRPORT
Stormwater and Deicing Controls and
Capacity, Phase 2B
IAA Project No. I-14-012
CONTENTS
ADDENDUM NO. 2 TEXT
PRE-BID MEETING MINUTES
PAGES 2 - 4
PAGES 5 - 8
Attachments
PRE-BID ATTENDANCE LIST
ADDENDUM DRAWINGS
ITEMIZED PROPOSAL
Page 1 of 8
Date: June 26, 2014
ADDENDUM NO. 2
INDIANAPOLIS INTERNATIONAL AIRPORT
Stormwater and Deicing Controls and Capacity, Phase 2B
IAA Project No. I-14-012
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-Bid Meeting held on
June 17, 2014.
B.
See attached sign-in sheet from the Pre-Bid Meeting.
Item No. 2 - Specifications
A.
Special Provision SP-32, Alpha Row Valve Actuators:
1.
Insert SP-32 as follows:
Furnish and install Multi-turn Electric Valve Actuators per Section 11209
for each of the existing 12-inch pinch valves in the Alpha Row Drainage
Channel as shown in the Drawings including all accessories, electrical and
signal wiring required for a complete installation. Payment shall be made
at the Contract Lump Sum Price and shall be full compensation for
furnishing all labor, tools, materials and equipment to complete this item.
Payment will be made under Additive Alternate Bid No. 1:
Item No. 18 SP-32 Alpha Row Valve Actuators – per lump sum.
Page 2 of 8
Item No. 3 - Drawings
A.
Sheet SP-5, Phase 2 Construction Safety and Phasing Plan:
1.
B.
Sheet SP-9, Phase 6 Construction Safety and Phasing Plan
1.
C.
D.
Revise Plan Note 1 to read, “Phase 6 consists of all work south of
Runway 5L-23R and east of Taxiway P. Runway 5L-23R is active
during this project. The Contractor shall remain clear of the RPZ.”
Sheet SP-10, Construction Phasing Details
1.
Revise Detail 7, “Construction Perimeter Fence”. Fence does not
require barbed wire and concrete post anchors.
2.
Revise Detail 7, “Construction Perimeter Fence”. Fence posts shall
be 10 feet tall and extend 4 feet below grade.
Sheet EC-5, Erosion Control Notes
1.
E.
The hatched region along North Tug Road, near the Eagle Air Lift
Station should extend 80 feet for a total of 400 feet along the
proposed force main and should represent Horizontal Directional
Drilling.
Revise “Stormwater Pollution Prevention Plan Post Construction
Component” notes C4 and C5. The notes should read:
C4:
Location, dimensions, specifications and construction details
of each stormwater quality measure: N/A.
C5:
Description of maintenance guidelines for proposed post
construction water quality measures: N/A.
Sheet EA-6, Eagle Air Interceptor Plan & Profile
1.
Insert plan notes as follows:
NOTES:
1. Remove and reinstall fixtures (FAA L-651). Provide new cans,
cable, 2” PVC conduit, ground rod and #6 bare counterpoise.
2. Install temp. #6 SKV Type “C” cable in conduit as required to
maintain circuit continually during construction.
F.
Sheet ES-6, Electrical & SCADA Eagle Air/Alpha Row Fiber & Power Plan
1.
Insert Sheet ES-6 (Addendum 2) attached. Sheet ES-6 shows the
scope of work for SP-32 Alpha Row Valve Actuators.
Page 3 of 8
Item No. 4 - Contractor Questions
A.
B.
C.
D.
Question:
What kind of rack is required to hold the 30A disconnect and
NEMA 4X box for control wiring at each diversion structure?
Answer:
The 30A disconnect and control wiring boxes shall be
installed below the aluminum grating in each structure.
Contractor shall propose mounting and provide detailed shop
drawings.
Question:
Please clarify the power cable requirements from the IPL
meter to the Eagle Air Control Panel.
Answer:
Provide 4-500MCM as shown and required.
Question:
Is the 6 pair fiber shown on sheet ES-4, coded note #11 the
same as the 12/C fiber shown on sheet ES-3? Clarify what
new fiber optic cable is required.
Answer:
12/C fiber optic cable is the same as 6 pair. There is an
existing 12/C cable between pedestal 210 and the Alpha Row
Lift Station PLC panel. No new cable to pedestal 210 is
required. A new 12/C cable is required between the Alpha
Row PLC and the new Eagle Air Lift Station PLC. A new fiber
termination enclosure is required at the Alpha Row Lift
Station.
Question:
Drawing ES-1 Pull Box Detail states “PRECAST POLYMER
ENCLOSURE, QUAZITE, OR EQUAL” with H20 rated cover. A
H20 cover is not available from Quazite. Will concrete
handholes be required?
Answer:
Handholes inside the Taxilane Safety Area (all handholes
shown on sheet ES-2) must be H20 load rated. Provide
precast concrete handholes. All other hanholes may be
Quazite, or equal.
Page 4 of 8
7800 Col. H. Weir Cook Memorial Dr.
Indianapolis, Indiana 46241
office 317.487.9594
fax 317.487.5034
Pre-Bid Meeting Minutes
Stormwater and Deicing Controls and Capacity Phase 2B
IAA Project #I-14-012
June 17, 2014 @ 10:00 AM
1. Introduction
Project Name:
Stormwater and Deicing Controls and Capacity Phase2B
Project Number:
IAA Project; #I-14-012
A. Bidding Documents
 Plans
 Specifications (Two Volumes)
 Addenda
 Bid Proposal (One Volume)
B. Bid Time / Date / Location
July 1, 2014 @ 10:00 AM at Bldg 60, Conf Rm #1
1910 S Girls School Road, Indianapolis, IN
2. Project Representatives
A.
Owner:
Indianapolis Airport Authority
B.
Designer:
Wessler Engineering
C.
Attendee Introduction (see attached sign-in sheet)
3. Bidding Procedure
A.
Sealed opaque envelope marked outside with:
 Bidder's name
 Project name
 Date & time bids are due
Page 5 of 8
B.
Bid Proposal Package Items to be included with Itemized Bid:


Fatal Flaws



Form 96 –Contractor’s Bid for Public Works
Financial Statement
Bid Bond or Certified Check totaling 5% of Bid
Contract Signature Page
IAA Bid Proposal Form
All must be completed in
their entirety; else the
bid will not be read and
will not be given further
consideration.
C.
Bid questions – Must use the bid question form provided
D.
Last day to submit questions: (10) calendar days prior to bid day, i.e., COB
Friday, June 20, 2014.
4. XBE Participation Goals - Holly Harrington, Director of Supplier Diversity,
[email protected], 317.487.5374

DBE: 14%; MBE: 18%; WBE: 5%; VBE: 3%

Supplier Diversity Follow-up Documentation
o
Apparent low bidder must supply backup documentation within
24 hours of bid opening
o
Should XBE goals not be met, apparent low bidder must supply
evidence of Good Faith Effort within 72 hours

Additional information can be found on website
(http://www.indianapolisairport.com/employment_business/diversityProgra
m.aspx) or by contacting Holly Harrington.
5. Project Plans & Specifications Review
A.
General Scope of Work:
a. Eagle Hub Alpha Row;
i.
Demolition of existing structures, piping, channel lining, and
pavement
ii.
Installation of Alpha Row Drainage Channel lining including
underdrain, geocomposite, and reinforced polypropylene liner
iii.
Installation of Alpha Row Force Main including connection to
existing Alpha Row Diversion Structure, piping, and air release
valves and vaults
Page 6 of 8
iv.
All associated electrical and controls work
b. Eagle Hub Structures and Force Main
i.
Demolition of existing structures, piping, and pavement
ii.
Installation of Eagle Air Interceptor Sewer, diversion structures,
aluminum grating, sluice gates, actuators, and sampler
iii.
Repair and replacement of disturbed concrete aircraft
pavement, pavement markings, and edge lights
iv.
Installation and startup of Eagle Air Lift Station including
pumps, wet well, valve vault, aluminum hatches, access drive,
accessories, controls, and associated yard piping
v.
Installation of Eagle Air Force Main including piping and air
release valves and vaults
vi.
Installation of Eagle Air Fiber Optic Cable in existing duct bank
vii.
All associated electrical and controls work
c. Contractor staging area/parking: as shown in plans
d. Utilities: to be marked for issuance of work permit
e. Temporary Office/Trailer: not required for this project
B.
Funding: federal grant funding – project requires FAA specifications and
Davis Bacon wage rates
C.
Erosion Control: As shown in drawings
D.
Work Permit: to be obtained from IAA (security plan and certificate of
insurance)
E.
Project Time:
a. Three Hundred (300) Calendar Days from Notice to Proceed
b. Notice to Proceed is anticipated no later than October 6, 2014.
F.
Project Phasing Deadlines
a. Phases 2 and 3 must be complete by June 1, 2014
b. Phase 5 will occur in the Runway Protection Zone. The Contractor
must schedule runway closure with IAA in advance, and the work must
be completed between Friday at 7:30 AM and Monday at 2:30 PM.
G.
Site Logistics: Staging, dumpster, temporary signage and crane work,
work hours
H.
Safety Plan: required for work permit approval
I.
Prominent Special Provisions/Conditions (pre-approval of or equal)
J.
Self-Perform: At Least 40% of Project as awarded
Page 7 of 8
K.
Security considerations:
a. Project mainly located in Airport Operations Area with work near
runway/taxiways; security measures and close coordination with IAA
on scheduling required
b. Security escorts are required. Contractor must make arrangements
with multiple security firms so that work is not restricted by security
personnel availability.
L.
Site Tour: Following meeting
6. Review of Insurance Program
A.
As listed in GP, Section 70 (aircraft operations area (AOA ))
B.
Successful Bidder:
* Note additional insured
* Send directly to the IAA (Attn Brian McMillen)
7. Project Start-up

GP 30-6: Bonds within ten (10) calendar days of executed contract mailed or
otherwise delivered

GP 80-02: Contractor expected to start work within three (3) days of date in
Notice to Proceed

GP 80-03-01: Contractor to submit initial schedule within ten (10) days of
contract award

GP 50-03-01: Shop drawing to be submitted no later than ten (10) days after
contract award
8. Questions – to be submitted in writing using form provided (page IB-5 of
Specifications)
9.
XBE Networking Session - Immediately following meeting
10. Site Visit
Page 8 of 8
3
2
1
NO.
DATE
REVISIONS
BY
APPR.
Indianapolis Airport Authority
AIRPORT
SCALE:
1"=50'
INDIANAPOLIS INTERNATIONAL
PROJECT
DATE:
STORMWATER AND DEICING CONTROLS
AND CAPACITY PROJECT PHASE 2B
PROJECT NUMBER I-14-012
JUNE 2014
SHEET TITLE
PLANS PREPARED BY
ELECTRICAL & SCADA
EAGLE AIR/ALPHA ROW FIBER & POWER PLAN
(ADDENDUM 2)
DESIGNED DRAWN
CHECKED APPROVED
W.C.M.
C.L.G.
W.C.M.
NO. ES-6
OF
ES-6
W.J.L.
Drawing: J:\Indianapolis Airport\Projects\149112 IAA Stormwater Deicing Controls\CAD 04-008 2014\DWG\Sheets\08 ELECTRICAL & SCADA\149112-04-08-FIB.dwg | Layout: ES-6 ES-6 | Plotted: 06/25/14 @ 01:52:55 | User: Michelle Everetts | Project No.: 149112.04.02
Itemized Proposal (Addendum No. 2)
Item
Item
Code
Indianapolis International Airport
STORMWATER AND DEICING CONTROLS AND CAPACITY, PHASE 2B
Project No. I-14-012
Description
Qty
Unit Unit Price
Base Bid
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 M‐102 M‐103 M‐104 M‐105 P‐156 T‐901 D‐701 SP‐21 SP‐23 SP‐24 SP‐25 SP‐27 SP‐28 02737 P‐620 13323 SP‐31 MAINTENANCE OF TRAFFIC CONSTRUCTION ENGINEERING PROJECT SECURITY MOBILIZATION/DEMOBILIZATION TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL SEEDING 72" RCP INTERCEPTOR SEWER PIPE ALPHA ROW CHANNEL DEMOLITION AND LINING EAGLE AIR LIFT STATION DIVERSION STRUCTURES FIBER OPTIC CABLE SYSTEM ELECTRICAL EAGLE AIR FORCE MAIN 6" HDPE FORCE MAIN PAVEMENT MARKING REFRIGERATED SAMPLER CONCRETE PAVEMENT PANEL REPLACEMENT TOTAL BASE BID AMOUNT IN WORDS:
BP 5.1
1 1 2,500 1 1 1 1,925 1 1 1 1 1 1 747 3,650 1 7,450 LSUM
LSUM
HOUR
LSUM
LSUM
LSUM
LFT LSUM
LSUM
LSUM
LSUM
LSUM
LSUM
LFT SFT EACH SYS Total Price
ADDITIVE ALTERNATE BID NUMBER 1
18 SP‐32 ALPHA ROW VALVE ACTUATORS TOTAL ADD. ALT. BID NO. 1 AMOUNT IN WORDS:
NAME OF FIRM:
SUBMITTED BY:
TITLE:
ADDRESS:
BP 5.2
1 LSUM