ADDENDUM NO. 2 ADDENDUM TO PLANS AND

Revised 4/9/2015
ADDENDUM NO. 2
ADDENDUM TO PLANS AND SPECIFICATIONS
COLUMBUS REGIONAL AIRPORT AUTHORITY
PORT COLUMBUS INTERNATIONAL AIRPORT
COLUMBUS, OHIO
ACKNOWLEDGMENT OF RECEIPT
This undersigned acknowledges that Addendum No. 2 for the Proposal, Contract and
Specifications for Concrete Joint Repair – Phase 3 Re-Bid at Port Columbus
International Airport, Columbus, Ohio 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 Concrete Joint Repair –
Phase 3 Re-Bid will be presumed to be based upon full knowledge of the contents of
Addendum No. 2.
____________________________________
Signature
____________________________________
Company Name
____________________________________
Title
Date
IMPORTANT
NOTE:
PLEASE SIGN AND DATE THIS “ACKNOWLEDGMENT OF
RECEIPT” AND RETURN VIA EMAIL OR FACSIMILE TO PORT
COLUMBUS INTERNATIONAL AIRPORT AT
[email protected] or (614) 239-3197,
ATTENTION: SHANE GILL
Revised 4/9/2015
COLUMBUS REGIONAL AIRPORT AUTHORITY
PROPOSAL, CONTRACT AND SPECIFICATIONS
FOR
CONCRETE JOINT REPAIR – PHASE 3 RE-BID
ADDENDUM NO. 2
April 9, 2015
This Addendum shall be considered part of the Proposal, Contract, Specifications, and
Plans for Concrete Joint Repair – Phase 3 Re-Bid at Port Columbus International
Airport, Columbus, Ohio, and is intended to correct, change, and/or add to the
documents as described below:
PROPOSAL, CONTRACT AND SPECIFICATIONS
PRE-BID MEETING
1. Pre-Bid Meeting Minutes (Attached)
2. Pre-Bid and Site Visit Attendance List (Attached)
CLARIFICATIONS AND QUESTIONS
C1: CRAA stressed that all appropriate fields are completed and filled out
accordingly on all bid documents submitted
Q1: Are there any plans in place to increase the overall budget for this project
A1: No
ATTACHMENTS
1. Pre-Bid Meeting Minutes
2. Pre-Bid and Site Visit Attendance List
COLUMBUS REGIONAL AIRPORT AUTHORITY
PRE-BID AGENDA
Concrete Joint Repairs Phase 3 Re-bid
9:00 A.M. WEDNESDAY, April 8, 2015
INTRODUCTIONS:
Project Team:




Bart Powell – CRAA Project Manager
Dave Moore – CRAA Project Coordinator
Dave Gotschall – CRAA Senior Project Manager
Matthew Schnelle, P.E. – RS&H Designer
Bart Powell introduced himself and the project team present.
DBE Goals:

There is an 7% Diversity Business Partner
(DBE/WBE/MBE/SBE/EDGE) goal for this project. A good faith
effort must be made to reach the 7% DBE/WBE/MBE/SBE/EDGE
participation goal. Proof of a good- faith effort includes providing
the names and phone numbers of the DBE/WBE/MBE/SBE/EDGE
firms contacted for quotes. Please refer to pages B19 – B28 of
the CRAA Proposal, Contract and Specifications. If you should
have any questions, you may contact the Business Diversity
Coordinator at [email protected] . There is also a
directory available through the website at www.ohioucp.org and
also http://das.ohio.gov/Divisions/EqualOpportunity.apx
Dawanna Allen discussed diversity goals for this project as well as
requirements for good faith efforts.
Prevailing Wage:

This project is NOT subject to current State of Ohio prevailing
wage requirements.

City of Columbus Dept. of Taxation Requirements: The City of
Columbus imposes a local tax of 2.5% on all income earned
within the city. The tax is levied on both the net income of the
business earned in the City of Columbus and on the wages,
salaries and other forms of compensation earned by employees
of the company in the City of Columbus.
www.incometax.columbus.gov
Bart Powell discussed
Project Changes In Work And Audit Provisions:

Attention is called to Sections 7.1 and 13.9 of the General
Conditions regarding documentation requirements. Pay special
attention to allowable charges for change in work (Change
Orders) and documentation that will be required.
Bart Powel discussed.
Bid requirements:




The bids are to be delivered in two separate envelopes as
detailed under “Documents to be Included in Bid” on page B-1 of
the specifications. It explains what is to be included with
Envelopes #1 and #2.
Award of Contract – Lowest, responsive, responsible bid as
selected by the Authority will be the basis for award.
The Pre-Bid meeting and site visit are “Mandatory”; anyone not
attending and signing in at the “Mandatory” Pre-bid and site
visit will have their bids returned un-opened.
Addendums – There will be at least one addendum issued prior
to bid opening to address any changes, bidder questions, and
pre-bid meeting minutes.
Bart Powell discussed.
Bonding/ Insurance:


CRAA bonding and insurance requirements are detailed in the
Proposal, Contract and Specifications. All contractors are
responsible for thoroughly reviewing CRAA Proposal, Contract,
Specifications and Plans for this project.
Schedule of Insurance: Pages SI-1 – SI-4
1. Pages SI-3 & SI-4; Articles 2.5 (Electronic Data Liability),
2.6 (Pollution Liability), 2.7 (Railroad Liability) and 2.9
(Builders Risk) will not be required for this project.
Bart Powell discussed.
Work Restrictions/Requirements




Contractor to follow all regulations/guidelines as detailed in the
CRAA General Conditions and plan set as detailed.
Current FAA specifications manual shall govern unless otherwise
directed by the CRAA.
Current OMUTCD shall govern for all work along a traveled
roadway.
*NOTE* Mobilization/Demobilization/General Conditions item
shall not exceed 5% of the total contract amount, excluding the
amount of this item.
Bart Powell discussed.
Safety




Contractor to comply with all OSHA requirements
Daily cleanup and organization of the site and stored material is
required.
Failure to maintain a clean site may result in stopping the work
until this is achieved to the satisfaction of the Owner with no
compensation for work stoppage. Contractor is to have available
on site a Vacuum Sweeper designed specifically for Airfield
vacuuming and shall have a minimum 87 inch wide sweeping
path.
Federal Aviation Administration new requirements for
construction per AC 150/5370-2F now require the submission of



a SPCD (Safety Plan Compliance Document). These guidelines
and a sample SPCD can be found in the Contract.
Vehicle markings to be flashing/rotating amber beacon, company
vehicle logos minimum of 12”X12” and readable at a distance of
no less than 250’, all vehicles/equipment on the Airfield shall
display orange and white checkerboard flags.
Vehicles driving on the Airfield must have a minimum of 10
million dollars of liability insurance with the Columbus Regional
Airport listed as additionally insured on the policy.
Badging Requirements – The contractor shall be required to
obtain CMH SIDA Security Badges while working on this project.
Badging fees are $116 per badge with a $60 refundable deposit
included. Full details of the Security Badge Requirements are in
Special Conditions Section 9.
Bart Powell discussed.
Supervision

Prime Contractor’s supervisor to be on site during any work
being performed by either the general or any subs.
Bart Powell discussed.
Schedule






Anticipated NTP: May 4, 2015
Contract Duration: 126 Consecutive calendar days for base bid;
Liquidated Damages Complete Project: $1,500/Phase/Day
Please note! 126 calendar days from the Notice to Proceed to
100% completion of project. Coordination with adjacent work
will be required for the duration of the project
Overtime should be factored into pricing, if anticipated.
Weekend work may be permitted with at least 48 hours advance
notice.
Bart Powell discussed
Contractor Parking/Equipment Storage:

Contractor parking and equipment / material storage is as
detailed on the plans. The Owner will document conditions prior
to beginning construction and the Contractor is responsible for
returning the lay down area over to the Owner in the same
condition it was prior to beginning construction.
Bart Powell discussed.
Project Specifics/Overview:




Contractor is responsible to locate and protect all existing
utilities not scheduled for demolition. Any damaged utilities are
to be repaired immediately at the contractor’s expense.
This project consists of fill depth pavement removal and
placement of bituminous pavement, concrete panel replacement,
crack repairs and joint sealant replacement located in areas
around the terminal building and its aprons.
Operation of the Airport, CRAA Airlines/Tenants and its roadways
come first.
*NOTE* Phasing start and stop times may be adjusted
based on Airline/Tenant/Operational need with no
additional compensation to contractor.
Bart Powell discussed.
Site Visit Details:

Site visit is “Mandatory” and will take place immediately after
the meeting.
Site tour was not taken, decided amongst group and approved by Bart
Powell. All parties present signed site tour sign-in sheet at pre-bid
meeting.
Note: Bids are due Tuesday, April 14, 2015 at 2:00 p.m. at the
Authority’s Administrative offices, 4600 International Gateway,
Columbus, OH 43219, Baggage Claim Level. The receptionist’s time
stamp shall be the official time for receipt of bid documents. Deadline
for written questions related to the bid documents is Thursday, April
9, 2015, at 12:00 p.m., Local Time. Minutes of this meeting,
questions and responses will be distributed to all plan holders from
Key Blueprint after preparation by the Airport Authority. Questions
received after the date/time noted will not be answered.
All construction related documents pertaining to the bid may be
viewed/obtained on Keys web site http://www.keycompanies.com/.
Submit Questions to:
Bart Powell, Project Manager
[email protected]
Bart Powell discussed.
Questions:
Questions that were asked during the pre-bid meeting and during the
site visit are included in the Question Section of Addendum 2.