notice of request for competitive solicitations addendum

35
Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 1 of 8 Notice of Request for Competitive Solicitations Addendum #2 Florida Keys Marathon International Airport Monroe County New Storage Hangars Project No. GAMD75 Prepared for: THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS Mr. George Neugent, District 2 Mayor Pro Tem Ms. Heather Carruthers, District 3 Mayor Mr. Danny Kolhage, District 1 Commissioner Mr. David Rice, District 4 Commissioner Ms. Sylvia Murphy, District 5 Commissioner Prepared by: 245 Riverside Avenue, Suite 300 Jacksonville, Florida 32202 904.636.5432 phone, 904.636.5433 fax February 23, 2016

Upload: others

Post on 04-Oct-2021

7 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 1 of 8

Notice of Request for Competitive Solicitations Addendum #2

Florida Keys Marathon International Airport

Monroe County New Storage Hangars Project No. GAMD75

Prepared for:

THE MONROE COUNTY BOARD OF COUNTY COMMISSIONERS

Mr. George Neugent, District 2 Mayor Pro Tem Ms. Heather Carruthers, District 3 Mayor Mr. Danny Kolhage, District 1 Commissioner Mr. David Rice, District 4 Commissioner Ms. Sylvia Murphy, District 5 Commissioner

Prepared by:

245 Riverside Avenue, Suite 300 Jacksonville, Florida 32202

904.636.5432 phone, 904.636.5433 fax

February 23, 2016

Page 2: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 2 of 8

Notice of Request for Competitive Solicitations Addendum #2

Florida Keys Marathon International Airport

Monroe County New Storage Hangars Project No. GAMD75

Table of Contents

1. Project Manual

1.1 Division I – Attachment “A” Schedule of Bid Items, New Storage Hangars Replace existing Attachment “A”, pages I-19 & I-20 with new Attachment “A”, pages I-19 & I-20, Addendum #2. (Attachment #1)

2. Construction Plans 2.1 Replace Sheet C-100 with the attached C-100, Revision Addendum #2, dated 2/13/16

(Attachment #2) 2.2 Replace Sheet C-501 with the attached C-501, Revision Addendum #2, dated 2/23/16.

(Attachment #3)

3. Contractor Request For Information (RFI’s) (Q01) We reviewed specifications D-701 in its entirety. The specifications refers to different type of PVC piping but never specifies what type of piping to be used for the 18” storm drain piping. Please specify what type of piping to be used in this applications i.e. schedule 40 PVC, or HDPE, etc.? (A01) As stated on Pages D-701-1 and D-701-2 of the specifications - PVC drainage pipe shall meet the requirements of AASHTO M304, ASTM D3034, or ASTM F949 and Polypropylene Pipe shall meet the requirements of ASTM F 2736 or ASTM F2881.

(Q02) Sheet C-501 shows the precast concrete wet well with all its appurtenances. This lift station shown would be capable to pump a complete hotel and is also worth approximately $100,000. Can you please review this drawing and its requirement and provide the basis of design type model etc. for this grinder pump system? It just appears that this is overkill. (A02) Please refer to the attached revised Sheet C-501 with revised grinder pump station details.

(Q03) On sheet C-501, note 7 under General Notes at the end of the note it refers to Dimension table on sheet C-503. According to the drawing index sheet C-503 does not exist. Can you please provide sheet C-503?

Page 3: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 3 of 8

(A03) Note 7 on Sheet C-501 has been deleted. Refer to the attached revise Sheet C-501.

(Q04) How will the lowest bidder be determined?

(Q04) As stated in Division I – Bid Documents, Section C Proposal and Schedule of Bid Items, page I-16, “The bidder understands that the county will decide, in its sole discretion, to proceed, or not proceed, with the additive bid work. Except as otherwise provide in the contract documents, Bidder shall not be entitled to any additional costs, expenses, etc. beyond the Total Base Bid in the event the County chooses not to proceed with the additive bid work.” See also Division I – Bid Documents, Attachment ‘A’ Schedule of Bid Items, Page I-21, “The County has listed the Additive Bids above in a pre-determined order of preference with the most-preferred Additive Bid being Additive Bid No. 1. The County shall deduct Additive Bids, beginning with the least-preferred option, from the Bid Prices as necessary so that the Contract Amount recommended for award shall be reflective of the available Local, State, and Federal Funding at the time of bidding.”

A) Will the award be based on the lowest base bid?

(A04-A) See above response to (Q04)

B) Will the award be based on the sum of the base bid and additive Bid #1? (A04-B) See above response to (Q04)

C) Will the award be based on the sum of the base bid, additive Bid #1 and additive bid #2?

(A04-C) See above response to (Q04)

D) Will the award be based on the sum of the base bid, additive Bid #, additive bid #2 and additive bid #3?

(A04-D) See above response to (Q04)

E) Will the award be based on the sum of the base bid, additive Bid #, additive bid #2, additive bid #3 and additive bid #4?

(A04-E) See above response to (Q04)

(Q05) If the award/contract only includes the base bid and additive #1, where will the Pre-engineered building be stored?

(A05) The pre-engineered building will be delivered, offloaded and stored onsite. The building should be stored at the manufacture warehouse until no earlier than 30 days from end of Phase 1. NTP for Phase 2 work is anticipated no later than 150 days from NTP of Phase 1.

A) Will the building need to be protected in any way?

Page 4: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 4 of 8

(A05-A) The building will need to be protected per the manufacturer’s requirements.

B) This question also applies to additive bid #2 hangar doors.

(A05-B) The hangar doors will be delivered, offloaded and stored onsite. The hangar doors should be stored at the manufacture warehouse until no earlier than 30 days from end of Phase I. The hangar doors will need to be protected per the manufacturer’s requirements.

C) Once the building is stored, who will be responsible for any damaged that may happen after the building has been stored. For example. The pre-engineered building is delivered which concludes the contract. Three days later a hurricane similar to Wilma comes through and floods the entire stored building and extensive damage to the building. Who will be responsible to replace it and fix the damage parts?

(A05-C) The contractor’s responsibility for the metal building and hangar doors ends at the time of the contracted portion of work.

D) How will the manufacturer warranty for the stored building be applied since nothing will be erected?

(A05-D) Monroe / Jacobs The manufacturer’s warranty for the metal building and hangar doors starts at the delivery and offload of those components. If the building is not erected then the workmanship warranty cannot be applied. NTP for Phase 2 work is anticipated no later than 150 days from NTP of Phase 1.

(Q06) Under which “Bid Item #” will “Allowance #2” for $50,000.00 and “Allowance #4” be included in? (A06) See revised Attachment “A” Schedule of Bid Items for the appropriate bid items for the various allowances.

(Q07) Under which Bid item will the relocation of the MCSO trailer fall under?

(A07) As stated on Drawing Sheet C-101, Note 2, Relocation of the MCSO shall fall under Bid Item P-101-1.

(Q08) Page 7 - 2.2 System Descriptions H and I. Roof Systems and Exterior Wall Systems in this location both mention " Linear Panels: Tapered Rib" but we do not see this shown on the plans. A tapered rib liner panels would be PBR panel. Are these to be included in the wall and roof area and if so what gauge are they to be 26ga or 29ga?

Page 5: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 5 of 8

(A08) Roof system shall be a 24 ga. Standing Seam Superlok roof panel, Galvalume. Roof system shall comply with the code requirements as specified in the contract documents. Exterior wall system shall be 26ga panels per manufacturer standard and shall comply with the code requirements as specified in the contract documents.

(Q09) Page 13 - 2.5 Metal Roof Panels B. Finish A, B, and C. Two (2) – Coats Fluoropolymer, Three (3) - Coat Fluoropolymer, Siliconized Polyester. Three choices with a wide range in cost differences. Which do we use?

(A09) Metal Roof Panel Finish shall be per item b. Three-Coat Flouropolymer.

(Q10) Page 14 -2.5 Metal Wall Panel B. Finish A, B, and C. Two (2) - Coats

Fluoropolymer, Three (3) - Coat Fluoropolymer, Siliconized Polyester. Three choices with a wide range in cost differences. Which do we use?

(A10) Metal Wall Panel Finish shall be per item b. Three-Coat Flouropolymer.

(Q11) Details 09, 10 and 11 on sheet A-600 shows corrugated metal deck under the metal roofing. Are these detail generic details to show the flashing details and no metal decking is required for these per-engineered building? Please provide your concurrence?

(A11) The installation of fire proofing (shall comply with UL listing). Detail 9 is indicated for sealing of the roof penetration. Final roof penetration details to be provided by pre-engineered metal building manufacturer for review (on shop drawings). Specifications for the metal panels are noted in section 133419. Roof system shall be per manufacturer standard and shall comply with the code requirements as specified in the contract documents.

(Q12) Detail 6 on sheet A-600 calls for a 4” x 3/16” steel plate thru each metal stud. Since the Contractor is responsible to design the metal stud wall partitions since this items falls under a “Performance Specification”, will this flat-bar be needed no matter what the designers develops?

(A12) The demising walls are not pre-engineered metal components. Follow our details on contract documents for the demising walls.

A) If this flat bar is required no matter what the designer comes back with, at what spacing will the 4” x 3/16” steel plate be installed.

(A12-A) Yes, follow the detail for both fire-rated and non-fire-rated walls. Bracing shall be at 1/3 span.

Page 6: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 6 of 8

B) To what wall type will this detail apply?

(A12-B) Wall types 2 and 3.

(Q13) In specification 011000 1.6.G states: “G. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site.” Please provide the Owner’s requirements for drug and background screening that the Contractors will have to follow on this project.

(A13) The contractor is required to comply with the terms of Division I, Section E, Drug-Free Workplace Form.

(Q14) How many copies are required, if any, to be submitted along with the original bid proposal?

(A14) One (1) original and two (2) copies are required of the bid proposal

(Q15) Since the Financial Statements are confidential and proprietary, can the Financial Statements be sealed in a separate sealed envelope? We cannot let the financial statement become Public Information.

(A15) Yes, the Financial Statements may be sealed in a separate envelope.

(Q16) How many copies of the Financial Statement are required?

(A16) One Copy is required.

(Q17) The Davis Bacon wages show both Highway and Building; which one will be utilized? If both, please provide: What portion of the work will apply to Highway and what portion of the work will apply to Building.

(A17) Work directly associated with the construction of the hangar building shall use the Davis Bacon wages for ‘Building’. All other work elements shall use the Davis Bacon wages for ‘Highway’.

(Q18) Since the hangars SOG and pre-engineered building will be built below flood plain elevation, except for the bathroom, the flood insurance policy will be astronomically high, if we can get a policy for flood insurance at all. Please let us know if the flood insurance requirement can be waived?

(A18) The requirement for flood insurance will not waived. Therefore, the contractor shall comply with the insurance requirements as delineated in the bid

Page 7: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 7 of 8

package. If the contractor is not able to acquire flood insurance the contractor shall make that clear in their bid proposal.

(Q19) Please confirm that Fire Sprinklers are not required.

(A19) Fire Sprinklers are not required.

(Q20) Bid Item 011100-2 and 011100-3 Requires to procure and Store buildings and doors. Can these items be stored on site or do they need to be stored in a warehouse which will be very costly to the City.

(A20) The pre-engineered building will be delivered, offloaded and stored onsite. The building should be stored at the manufacture warehouse until no earlier than 30 days from end of Phase I contract time. NTP for Phase 2 work is anticipated no later than 150 days from NTP of Phase 1

(Q21) l-12 paragraph 25 Permits. It is very difficult for us to determine the cost of permits. Can the City provide the Costs of Permits or give an allowance?

(A21) See Attachment “A” Schedule of Bid Items for the Allowance for Building Permit in the amount of $75,000.

(Q22) l-31 par. 31 certified DBE under FUCP. We are FDOT Certified can we meet this goal on our own?

(A22) Yes, if the General Contractor is DBE certified according to FUPC than the Contractor may meet the goal if they self-perform work to match or exceed the DBE goal.

(Q23) Will we able to store the materials from Additive Bid #2 and #3 at the project site?

(A22) The hangar doors will be delivered and stored onsite. The hangar doors should be stored at the manufacture warehouse until no earlier than 30 days from end of the contract time for the Phase that the components are contracted.

4. Pre Bid Conference Information

4.1 Pre Bid Conference Agenda and Sign In Sheet. (Attachment #4)

4.2 Pre Bid Conference Presentation Slides. (Attachment #5)

Page 8: Notice of Request for Competitive Solicitations Addendum

Addendum #2 New Storage Hangars Bid Opening March 2, 2016 Page 8 of 8

This Addendum No. 2 consists of eight (8) pages and five (5) attachments.

END OF ADDENDUM No. 2

Page 9: Notice of Request for Competitive Solicitations Addendum

Jacobs Florida Keys Marathon International Airport 12/15 Monroe County

New Storage Hangars Project No. GAMD75

BIDDING REQUIREMENTS AND CONTRACT FORMS I-19

A T T A C H M E N T “ A ”

S C H E D U L E O F B I D I T E M S

New Storage Hangars

BIDDER NAME:________________________________________________________

AIRPORT NAME: FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT

PROJECT DESCRIPTION: NEW STORAGE HANGARS

ITEM NO. BID ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICETOTAL

AMOUNT1 P-100-1 MOBILIZATION LS 12 P-101-1 SITE PREPARATION LS 13 P-102-1 SAFETY AND SECURITY LS 14 P-152-1 UNCLASSIFIED EXCAVATION CY 2,0005 P-152-2 EMBANKMENT (ON-SITE BORROW) CY 2,0006 P-152-3 EMBANKMENT (OFF-SITE BORROW) CY 1,420

7 P-156-1

TEMPORARY AIR AND WATER POLLUTION, SOIL EROSION, AND SILTATION CONTROL LS 1

8 P-211-1 6" LIMEROCK BASE COURSE SY 4,370

9 337-1ASPHALTIC CONCRETE SURFACE COURSE TON 500

10 P-602-1 BITUMINOUS PRIME COAT GAL 2,19011 D-701-1 18" PVC PIPE LF 1110

12 D-751-15' DIAMETER MANHOLE, FDOT STANDARD EA 5

13 D-751-2 CATCH BASIN, FDOT TYPE C INLET EA 7

14 D-751-3MODIFY EXISTING DRAINAGE STRUCTURE EA 1

15 L-125-1RELOCATE EXISTING TAXIWAY EDGE LIGHTS (2 TOTAL) LS 1

16 L-858-1 NEW LIGHTED GUIDANCE SIGN LS 117 02622-1 POTABLE WATER SERVICE LS 1

18 11302-1SANITARY SEWER SERVICE INCLUDING PUMP STATION LS 1

19 011100-1BUILDING PAD PREP, DEEP FOUNDATIONS, AND SLAB ON GRADE LS 1

20012100-Allowances

ALLOWANCE - OWNER CONTINGENCY LS 1 $50,000.00

21 I-12 ALLOWANCE - PERMIT FEES LS 1 $75,000.00

22012100-Allowances

ALLOWANCE - TESTING & INSPECTION CONCRETE LS 1 $3,000.00

23012100-Allowances

ALLOWANCE - PHOTOGRAPHIC DOCUMENTATION LS 1 $2,500.00

TOTAL BASE BID = $

BASE BID - PHASE 1SUMMARY OF QUANTITIES

schillt
Text Box
Attachment #1
Page 10: Notice of Request for Competitive Solicitations Addendum

Jacobs Florida Keys Marathon International Airport 12/15 Monroe County

New Storage Hangars Project No. GAMD75

BIDDING REQUIREMENTS AND CONTRACT FORMS I-20

ITEM NO. BID ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICETOTAL

AMOUNT

1 011100-2

PROCURE, DELIVER, OFFLOAD, PROTECT & STORE PRE-ENGINEERED HANGAR BUILDINGS LS 1

TOTAL ADDITIVE BID #1 = $

ITEM NO. BID ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICETOTAL

AMOUNT

1 011100-3

PROCURE, DELIVER, OFFLOAD, PROTECT & STORE PRE-ENGINEERED HANGAR DOORS LS 1

TOTAL ADDITIVE BID #2 = $

ITEM NO. BID ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICETOTAL

AMOUNT

1 011100-4ERECT METAL BUILDING AND COMPLETE BUILD OUT LS 1

2 P-620-1REFLECTIVE PAVEMENT MARKING WITH GLASS BEADS SF 500

3 P-620-2NON-REFLECTIVE PAVEMENT MARKING SF 650

4 F-162-18 FOOT CHAIN LINK FENCE WITH BARBED WIRE LF 125

5 F-162-2 CHAIN LINK VEHICLE ACCESS GATE EA 16 T-904-1 SODDING WITH 2" TOPSOIL SY 8,3207 329300-1 LANDSCAPING LS 1

8012100 - Allowances ALLOWANCE - DOOR HARDWARE LS 1 $23,000.00

TOTAL ADDITIVE BID #3 = $

ITEM BID ITEM ITEM DESCRIPTION UNIT QUANTITY UNIT PRICETOTAL

AMOUNT

1 P-100-1 MOBILIZATION LS 12 P-101-2 HANGAR DEMOLITION EA 113 P-101-3 PAVEMENT DEMOLITION SF 23,7004 P-102-1 SAFETY AND SECURITY LS 15 P-152-3 EMBANKMENT (OFF-SITE BORROW) CY 6006 T-904-1 SODDING WITH 2" TOPSOIL SY 2,650

TOTAL ADDITIVE BID #4 = $

TOTAL BASE BID + ADDITIVE BIDS #1, #2, #3, & #4 = $

ADDITIVE BID #4 - PHASE 3

ADDITIVE BID #1 - PHASE 1

ADDITIVE BID #3 - PHASE 2

ADDITIVE BID #2 - PHASE 1 OR PHASE 2

Page 11: Notice of Request for Competitive Solicitations Addendum

N 144175.17

E 641916.60

N 144204.67

E 641904.23

N 144335.70

E 642308.35

N 144365.29

E 642296.22

W

1

0

5

T

H

S

T

.

1

0

5

T

H

S

T

.

1

0

7

T

H

S

T

.

9

5

T

H

S

T

.

9

6

T

H

S

T

.

9

7

T

H

S

T

.

9

8

T

H

S

T

.

9

4

T

H

S

T

.

9

3

R

D

S

T

.

9

2

N

D

S

T

.

9

1

S

T

S

T

.

9

0

T

H

S

T

.

8

9

T

H

S

T

.

8

8

T

H

S

T

.

8

6

T

H

S

T

.

8

5

T

H

S

T

.

8

4

T

H

S

T

.

8

3

R

D

S

T

.

8

2

N

D

S

T

.

7

9

T

H

S

T

.

7

6

T

H

S

T

.L

A

G

L

O

R

I

A

B

L

V

D

.

9

8

T

H

C

T

.

9

9

T

H

S

T

.

1

0

0

T

H

S

T

.

1

0

6

T

H

S

T

.

8

1

S

T

S

T

.

8

0

T

H

S

T

.

SH

AR

K S

T.

S

T

IR

R

U

P

R

D

.

C

H

A

N

N

E

L

D

R

.

M

A

N

G

O

L

N

.

G

R

O

U

P

E

R

D

R

.

Y

E

L

L

O

W

T

A

I

L

D

R

.

D

O

L

P

H

I

N

D

R

.

MA

RLIN

D

R.

HA

RB

OR

D

R.

1S

T

A

V

E

.

2

N

D

A

V

E

.

3

R

D

A

V

E

.

4

T

H

A

V

E

.

5

T

H

A

V

E

.

1

0

7

T

H

C

T

.

8

7

T

H

S

T

.

O

V

E

R

S

E

A

S

H

W

Y

- U

.S

. 1

L

I

N

D

A

H

L

S

T

.

PE

TE

R JA

Y S

T.

AVIATION BLVD.

N 144396.75

E 642371.90

N 144367.12

E 642384.29

N 144372.97

E 642398.61

N 144342.11

E 642393.67

N 144360.28

E 642437.13

N 144361.38

E 642439.74

N 144378.58

E 642412.37

N 144391.65

E 642444.41

N 144397.54

E 642458.86

N 144379.65

E 642483.45

N 144403.31

E 642472.99

N 144433.04

E 642460.86

Sheet Title:

No.Designed By:

Issue/RevisionDate

Architect of Record:

Project No.: E9Y16734

Checked By:

Sheet No.:

Project:

Client:

Date Signature and Seal

3750 NW 87th AVENUESUITE 750MIAMI, FLORIDA 33178TEL: 305.718.0599FAX: 305.718.8077www.jacobs.com

FLORIDA ARCHITECTURAL CORPORATION LICENSE #ACC-001790

FLORIDA KEYSMARATHON

INTERNATIONALAIRPORT

NEW STORAGEHANGARS

Consultant:

Engineer of Record:

Drawn By:

200 S. ORANGE AVENUESUITE 900ORLANDO, FL 32801TEL: 407.903.5001FAX: 407.903.5150www.jacobs.com

FLORIDA ENGINEERING CERTIFICATE AUTHORIZATION #2822

FLORIDA KEYS MARATHON AIRPORT9400 OVERSEAS HWYMARATHON, FL 33050WWW.MONROECOUNTY-FL.GOV

PROJECT # GAMD75

245 RIVERSIDE AVE. SUITE 300JACKSONVILLE, FL 32225TEL: 904.636.5432FAX: 904.636.5433www.jacobs.com

BID DOCUMENTS

THOMAS M. SHILLINGFLORIDA P.E. NO. - 60736

12.18.15

KEY PLANN

NOT TO SCALE

BLDG. 1

BLDG. 2

BID DOCUMENTS

RFJKS

TMS

DEMOLITION PLAN

C-100

KEY PLAN

MA

TC

HLIN

E

MA

TC

HLIN

E

NOTES:

LEGEND:

EXISTING PAVEMENT REMOVAL

EXISTING HANGAR DEMOLITION

EXISTING PAVEMENT TO REMAIN

E

X

I

S

T

I

N

G

H

A

N

G

A

R

S

(

T

O

R

E

M

A

I

N

)

E

X

I

S

T

I

N

G

T

R

E

E

S

E

X

I

S

T

I

N

G

A

S

P

H

A

L

T

T

A

X

I

L

A

N

E

(

T

O

R

E

M

A

I

N

)

1. ALL DEMOLISHED MATERIALS MUST BE DISPOSED OFF

OF AIRPORT PROPERTY.

2. ALL DEMOLITION WORK RELATED TO PHASE 2 WILL BE

PAID FOR UNDER BID SCHEDULE D.

3. ALL ASPHALT AREAS TO BE DEMOLISHED SHALL BE

BACKFILLED WITH OFF-SITE BORROW AND PAID FOR

UNDER PAY ITEM P-152-3.

4. SOD SHALL COVER ALL DISTURBED AREAS WITHIN THE

PROJECT LIMITS AND SHALL BE PAID FOR UNDER PAY

ITEM T-904-1.

5. THE CONTRACTOR SHALL TERMINATE AND CAP THE

EXISTING POTABLE WATER SERVICE TO THE SHADE

HANGARS. THE CONTRACTOR SHALL DEMOLISH ALL

POTABLE WATER PIPING THAT IS MOUNTED TO THE

EXISTING SHADE HANGAR STRUCTURE.

6. THE CONTRACTOR SHALL COORDINATE WITH THE

ELECTRIC UTILITY THE TERMINATION OF THE EXISTING

OVERHEAD ELECTRIC SERVICE TO THE SHADE

HANGARS AND REMOVAL OF THE EXISTING METER.

THE CONTRACTOR SHALL DEMOLISH ALL ELECTRICAL

CONDUIT AND WIRE THAT IS MOUNTED TO THE

EXISTING SHADE HANGAR STRUCTURE.

EXISTING ASPHALT TAXILANE (TO REMAIN)

EXISTING HANGAR

EXISTING PAVEMENT

SAWCUT PAVEMENT

EDGE (TYP.)

DEMOLISH EXISTING

HANGARS

EXISTING

LIMEROCK

DRIVE

EXISTING PAVEMENT TO REMAIN

AFTER HANGAR DEMOLITION

TYPICAL EXISTING HANGAR

DEMOLISH EXISTING

HANGARS

02.23.16 ADDENDUM 2

1

1

Page 12: Notice of Request for Competitive Solicitations Addendum

Ø36"

NOT TO SCALE

A

GENERAL NOTES:

1. ALL WORK SHOWN ON THIS SHEET SHALL BE PAID FOR UNDER THE

RESPECTIVE PAY ITEM ON BID SCHEDULE A.

2. PENETRATION SOIL BORING INFORMATION SHALL BE TAKEN BY THE

CONTRACTOR AT WETWELL LOCATION, SHALL BE SUBMITTED PRIOR TO

DESIGN SUBMITTAL. SOIL BORING SHALL BE A MINIMUM OF 15' DEEPER

THAN WETWELL BOTTOM.

3. PIPING WITHIN THE WETWELL SHALL BE FLANGED 316 STAINLESS

STEELUNLESS OTHERWISE NOTED. FITTINGS WITHIN THE WETWELL SHALL

BE FLANGED 316 STAINLESS STEEL. BUTT WELDING OF DISCHARGE PIPING

IS NOT ALLOWED. ALL NUTS, BOLTS AND ACCESSORIES WITHIN THE

WETWELL SHALL BE 316 STAINLESS STEEL.

4. PIPE AND FITTINGS OUTSIDE OF THE WETWELL, TO THE LIMITS INDICATED

SHALL BE 316 STAINLESS STEEL (FLANGED, SCHEDULE 40). ALL WELD-ON

FLANGES SHALL BE 150# RF SOCKET-WELD FLANGE OR RF WELD NECK

FLANGE (TYPE). ALL BOLTS, WASHERS AND NUTS SHALL BE 316

STAINLESS STEEL AND SHALL BE COATED WITH "NEVER SEIZE" TYPE

COATING.

5. SITE GRADE IS 6" (MIN) BELOW TOP ELEVATION OF PUMP STATION SLAB.

NOT TO SCALE

AA

(EXPANSION JOINT)

1/2"

(CONTROL JOINT)

TYPE "A" TYPE "B"

1/4" R

1/8"

1/4" R

1-1/2"

SLOPE VARIES

6"

GRADE

CONCRETE SLAB JOINTS

SECTION

CLASS "B" CONCRETE 3000 PSI

AT 28 DAYS PER SPECIFICATIONS

6" X 6" W1.4 W1.4

WWF (TYP)

D/2"

1/2" PREMOLDED

EXPANSION JOINT

MATERIAL PER

MDOT

STD.

SPECIFICATIONS

NOTES:

1. CONCRETE SHALL BE 3,000 PSI AT 28 DAYS.

2. CONTROL JOINTS TO BE SAWN ON 20' GRID. JOINTS TO BE SAWN BETWEEN 4 HOURS AND 8

HOURS AFTER INITIAL SET OF CONCRETE.

3. CONSTRUCTION JOINTS - USE CONTINUOUS 2X4 KEYWAY.

4. USE 1/2" EXPANSION JOINT WHERE SLAB IS ADJACENT TO BUILDINGS AND 60' O.C. GRID.

5. BROOM FINISH AS APPROVED BY COR.

6. USE POSITIVE MEANS TO ASSURE PLACEMENT OF REINFORCEMENT AT MIDSLAB W/ SUPPORTS

AT 4'-0" O/C.

7. SOIL COMPACTED TO MIN. 98% STANDARD PROCTOR MAXIMUM DRY DENSITY BY AASHTO T-180.

NOT TO SCALE

BROOM

FINISH

CLEAN AND GRADE

SUBGRADE COMPACT PER

NOTE 7.

Sheet Title:

No.Designed By:

Issue/RevisionDate

Architect of Record:

Project No.: E9Y16734

Checked By:

Sheet No.:

Project:

Client:

Date Signature and Seal

3750 NW 87th AVENUESUITE 750MIAMI, FLORIDA 33178TEL: 305.718.0599FAX: 305.718.8077www.jacobs.com

FLORIDA ARCHITECTURAL CORPORATION LICENSE #ACC-001790

FLORIDA KEYSMARATHON

INTERNATIONALAIRPORT

NEW STORAGEHANGARS

Consultant:

Engineer of Record:

Drawn By:

200 S. ORANGE AVENUESUITE 900ORLANDO, FL 32801TEL: 407.903.5001FAX: 407.903.5150www.jacobs.com

FLORIDA ENGINEERING CERTIFICATE AUTHORIZATION #2822

FLORIDA KEYS MARATHON AIRPORT9400 OVERSEAS HWYMARATHON, FL 33050WWW.MONROECOUNTY-FL.GOV

PROJECT # GAMD75

245 RIVERSIDE AVE. SUITE 300JACKSONVILLE, FL 32225TEL: 904.636.5432FAX: 904.636.5433www.jacobs.com

BID DOCUMENTS

THOMAS M. SHILLINGFLORIDA P.E. NO. - 60736

12.18.15

KEY PLANN

NOT TO SCALE

BLDG. 1

BLDG. 2

BID DOCUMENTS

RFJKS

TMS

DETAILS

LIFT STATION

C-501

02.23.16 ADDENDUM 2

1

1

Page 13: Notice of Request for Competitive Solicitations Addendum

MONROE COUNTY, FLORIDA

Pre Bid Conference Page 1 of 2 New Storage Hangars April 16, 2015

FLORIDA KEYS MARATHON INTERNATIONAL AIRPORT New Storage Hangars

Monroe County Project No. GAMD75

Pre Bid Conference February 3, 2016, 3:00PM Florida Keys Marathon International Airport - Manager’s Conference Room

1. Introductions – Owner-Monroe County, Consultant-Jacobs

2. Submittal Date – March 2, 2016, 3:00PM at Monroe County Purchasing, The Gato Building, 1100 Simonton Street, Room 1-213, Key West, FL 33040

3. Bid Documents- DBE Requirements, Federal Grant Requirements

4. Project Description a. Base Bid – Phase 1 – Site work, deep foundations and slab on grade. b. Additive Bid #1 – Phase 1 – Procure and store pre-manufactured metal

hangar building. c. Additive Bid #2 – Phase 1 or 2 (based on bids) – Procure and store

hangar doors. d. Additive Bid #3 – Phase 2 – Erect metal hangar, build out hangars and

final site work. e. Additive Bid #4 – Phase 3 – Demolition of old shade hangars and

pavement.

5. Construction Schedule – BOCC approval (Anticipated March 2016), Notice to Proceed Construction (Anticipated April 2016)

a. Phase 1 – 120 days b. Phase 2 – 120 days c. Phase 3 – 30 days

6. Work Hours –Nigh time work, 10:00PM – 6:00AM

7. Liquidated Damages – Failure to Complete within Contract Time

8. Protection of Underground Utilities & Cables

9. Project Access/Staging Area

10. Project Phasing and Safety

a. Security b. Barricades

11. Permits

12. Quality Control/Quality Assurance

schillt
Text Box
Attachment #4
Page 14: Notice of Request for Competitive Solicitations Addendum

MONROE COUNTY, FLORIDA

Pre Bid Conference Page 2 of 2 New Storage Hangars April 16, 2015

13. Site Visit

14. Project Questions/Addenda – Questions deadline – 5:00PM, February 16th, 2016. Addendum deadline – 5:00PM, February 24th, 2016.

Page 15: Notice of Request for Competitive Solicitations Addendum
Page 16: Notice of Request for Competitive Solicitations Addendum

Frbruary 3, 2016

Florida Keys Marathon International Airport

New Storage Hangars

Pre Bid ConferenceNew Storage Hangars

Florida Keys Marathon International Airport (MTH)February 3, 2016 – 3:00 PM

Airport Manager’s Conference Room

This presentation is intended to assist in the communication of project elements to the interested and prospective bidders prior to the review submittal of project bids. This document is not intended to substitute the requirements of the Contract Documents. If a

discrepancy occurs between this document and the Contract Documents, the Contract Documents shall take precedence and govern.

schillt
Text Box
Attachment #5
Page 17: Notice of Request for Competitive Solicitations Addendum

Introductions

Owner of the Project

– Monroe County, Florida

– Don DeGraw – Director of Airports

– Thomas Henderson – Assistant Director of Airports

Engineer

– JACOBS – Ryan Forney – Project Manager

– JACOBS – Kevin Regalado - Architect of Record

– JACOBS – Tom Schilling - Engineer of Record

– JACOBS – Chris Bowker - Program Manager

Page 18: Notice of Request for Competitive Solicitations Addendum

Submittal Date and Location

Wednesday, March 2nd, at 3:00 PM

Monroe County Purchasing, The Gato Building

1100 Simonton Street

Room 2-213

Key West, Florida 33040

New Storage Hangars

Florida Keys Marathon International Airport – Bid Submission

Include all Documents listed in Division I, Section 16 Bid Proposal Submission

Page 19: Notice of Request for Competitive Solicitations Addendum

Contract Documents

– Plans and Specifications, Dated December 2015

– Addenda

– www.demandstar.com, www.monroecountybids.com– Unit Price Contract

– 5% Bid Bond

– 7.7% DBE Goal

– Insurance/Payment & Performance Bonds

– Federal Grant Requirements (Davis-Bacon Act, EEO, Buy American, etc.)

Page 20: Notice of Request for Competitive Solicitations Addendum

Federal Provisions

– Certification Regarding Debarment, Suspension, Ineligibility And Voluntary Exclusion

– Certification Regarding Foreign Trade Restrictions

– Certification Regarding Equal Employment Opportunity

– Wage, Labor, EEO, Safety And General Requirements

– Davis-Bacon Act Requirements

– Contract Workhours And Safety Standards Act Requirements

Page 21: Notice of Request for Competitive Solicitations Addendum

Federal Provisions

– Clean Air And Water Pollution Control Requirements

– Requirements of the Civil Rights Act Of 1964, Title VI

– Buy American - Steel And Manufactured Products For Construction Contracts

– Equal Employment Opportunity

– E-Verification – Confirm employment eligibility of all employees and all persons (including subcontractors) assigned to this contract (www.uscis.gov/e-verify)

Page 22: Notice of Request for Competitive Solicitations Addendum

Project Description

Page 23: Notice of Request for Competitive Solicitations Addendum

Project Description

Page 24: Notice of Request for Competitive Solicitations Addendum

Project Description

Page 25: Notice of Request for Competitive Solicitations Addendum

Project Description

Page 26: Notice of Request for Competitive Solicitations Addendum

Contract Schedule

– Contract Schedule

• Phase 1 - Construction Anticipated May 2016

• Phase 2 - Construction Anticipated September 2016

• Phase 3 - Construction Anticipated January 2017

– Liquidated Damages $500 per day

Page 27: Notice of Request for Competitive Solicitations Addendum

Contract Time

– Contract Time (calendar days)

• Base Bid - Phase 1 120 Days

• Phase 2 120 Days

• Phase 3 30 Days

Page 28: Notice of Request for Competitive Solicitations Addendum

Protection of Utilities

– Locate and protect from damage all existing utilities in the construction area, including, but not limited to:

• Monroe County

• City of Marathon

• FAA

• Keys Energy Services

Page 29: Notice of Request for Competitive Solicitations Addendum

Project Access

Page 30: Notice of Request for Competitive Solicitations Addendum

Project Phasing-Phase 1 & 2

Page 31: Notice of Request for Competitive Solicitations Addendum

Project Phasing – Phase 3

Page 32: Notice of Request for Competitive Solicitations Addendum

Permits

– JACOBS obtained a Minor Deviation and Floodplain Variance for the project from Monroe County

– JACOBS has received the South Florida Water Management District Permit for the project

– JACOBS has submitted the plans to the Monroe County Building Department for review

– Contractor will be responsible for obtaining required permit from the Monroe County Building Department and an NPDES permit

Page 33: Notice of Request for Competitive Solicitations Addendum

Quality Control/Assurance

– Contractor will be responsible for performing Q/C Testing

– Owner will perform Q/A Testing

– Contractor may use Nuclear Gauge testing for trench backfill densities as part of their Q/C Plan

– Owner will perform Nuclear Gauge testing for the backfill densities

Page 34: Notice of Request for Competitive Solicitations Addendum

Site Visit

– Immediately after this Pre-Bid Conference

– Verbal discussions during site visit will not be considered

– Only written questions are responded to by issuing addenda as necessary

Page 35: Notice of Request for Competitive Solicitations Addendum

Project Questions / Addenda

– Addenda will be distributed to firms or individuals who have obtained the Contract Documents and Technical Specifications from DemandStar by Onvia.

– All questions shall be submitted via e-mail or fax to

Ryan Forney, AIA.

Jacobs

(561) 799-6579 fax

[email protected]– Deadline for questions:

• Wednesday, February 16, 2016, no later than 5:00 pm