Project #Cc20-065, Runway 17/35 Reconstruction – Phase Iii
Total Page:16
File Type:pdf, Size:1020Kb
PROJECT #CC20-065, RUNWAY 17/35 RECONSTRUCTION – PHASE III April 20, 2020 ADDENDUM #6 The attached constitutes additional information and serves to clarify issues considered to be part of the Southern California Logistics Airport Authority “Runway 17/35 Reconstruction Project Number CC20-065”. STATEMENTS 1. Based upon current conditions and funding, the bid opening for the Project has been extended. Sealed Bid Proposals will be received until 2:30 p.m. PST on May 20, 2020. The location and method for submitting Bid Proposals and all other provisions of Paragraph II, Sealed Bids in the Notice Inviting Bids, and Paragraph I, Sealed Bids in the Instructions to Bidders remain unchanged. 2. As a result of extending the bid opening, the last day to submit requests for information, explanation, or interpretation of the Contract Documents has been extended. All requests must be received on or before May 11, 2020 at 12:00 p.m. PST. All other provisions of Paragraph III, Project Questions in the Instructions to Bidders remain unchanged. 3. Given recent changes with regard to federal funding opportunities the scope of the Runway 17/35 Reconstruction Project – Phase III has changed to include a broader scope of work. Specifically, the construction of an Automated Weather Observation System (AWOS) has been added as well as additional runway reconstruction. Consequently, the previous Bid Proposal Price Schedule Forms are replaced in their entirely by the attached Bid Proposal Price Schedule Forms labeled “Addendum 6”. The “Addendum 6” Bid Proposal Price Schedule Forms include: a re-scoped Base Bid (Base Bid 100 schedule); a re-scoped Runway Shortening (Base Bid schedule 200); a re-scoped Base Bid (Base Bid schedule 300); a re-scoped Base Bid (Base Bid schedule 400); and a new Base Bid schedule for the AWOS project (Base Bid schedule 500). The “Addendum 6” Bid Proposal Price Schedule Forms also include re-scoping Bid Alternate No. 1, and the addition of Bid Alternate No. 2. 4. The re-scoped project, as described in Item 3 above, is depicted on the original plan set, with modifications as noted on the attached plan set. See the index in front of the attached plan set for further clarity. ADDENDUM #6 CC20-065 RUNWAY 17/35 RECONSTRUCTION PHASE III Page 1 5. The scope of work contemplated for the AWOS under Base Bid schedule 500 is depicted on a single drawing entitled “SCLA AWOS Relocation” and described in the “AWOS Relocation Scope of Work”. FAA Advisory Circular AC 150-5220.16E “AWOS for Non-Fed Applications” and two Corning fiber optic specification sheets provide additional guidance. The aforementioned documents are attached hereto “Addendum 6”. 6. Aside from the AWOS work in Item 5 above, the single drawing entitled “SCLA AWOS Relocation” provides graphic guidance for relocation of other navigational aids that are represented in Bid schedule 200 labeled “Addendum 6”. 7. SECTION A GENERAL SPECIFICATIONS MODIFICATIONS: • The following clause is added to Instructions to Bidders: XXXVIII UNFAIR BUSINESS PRACTICE CLAIMS: In entering into a public works contract or a subcontract to supply goods, services or materials pursuant to a public works contract, the Contractor or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2, (commencing with Section 16700) of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goods, services or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body renders final payment to the Contractor without further acknowledgment by the parties. (Sec. 7103.5, California Public Contract Code). • Instructions to Bidders, paragraph IV, Engineer’s Estimate shall now read: Engineer’s Estimate is approximately $12 million dollars. • Instructions to Bidders, paragraph XVII, Award of Contract is modified as follows: o The last sentence of the first paragraph shall now read: For the purposes of evaluating the lowest Bid Proposal price and selecting the lowest bidder, the lowest Bid Proposal price shall be the lowest total of the summation of all individual line items for Phase III Base Bid and all Bid Alternates on the Bid Proposal Forms. o The second paragraph shall now read: In the event that FAA funding levels are inadequate to allow for the SCLAA to fund construction of the Base Bid and all Bid Alternates in their entirety as contemplated in the Contract Documents, within the 210 day period specified above, THE SCLAA RESERVES THE RIGHT TO ONLY AWARD THE BASE BID OR THE BASE BID AND ALTERNATE 1. ADDENDUM #6 CC20-065 RUNWAY 17/35 RECONSTRUCTION PHASE III Page 2 • Instructions to Bidders, paragraph VI, Beginning of Work and Time of Completion shall now read: The work under this contract shall be diligently prosecuted to completion before expiration of 250 CALENDAR DAYS for Base Bid, 21 CALENDAR DAYS for Bid Alternate 1, and 90 CALENDAR DAYS for Bid Alternate 2, for a total of 361 CALENDAR DAYS beginning on the date specified in the Notice to Proceed. 8. SECTION C REQUIRED BID DOCUMENTS MODIFICATIONS: • The Bidder’s Bond form is hereby replaced by the attached Bidder’s Bond form labeled “Addendum 6”. • The Submission Certification form is hereby replaced by the attached Submission Certification labeled “Addendum 6”. • The attached Signature Authorization form is hereby added and must be submitted with the Bid Proposal. 9. SECTION E GENERAL PROVISIONS MODIFICATIONS: • Subsection 80, Execution and Progress is hereby replaced in its entirety by the attached Subsection 80, Execution and Progress labeled “Addendum 6”. • Subsection 20, Proposal Requirements and Conditions, Paragraph 20-13, Public opening of proposals is hereby replaced in its entirety as follows: Proposals shall be opened, and read, publicly at the time and place specified in the Instructions to Bidders. Bidders, their authorized agents, and other interested persons are invited to view and participate remotely via YouTube at the following address: https://www.youtube.com/cityofvictorville. Questions during the livestream may be submitted via livechat or by email to [email protected]. Proposals that have been withdrawn (by written request) or received after the time specified for opening bids shall be returned to the bidder unopened. 10. SECTION G TECHNICAL SPECIFICATIONS MODIFICATIONS: • Item G-102, Safety and Security Provisions is replaced in its entirety by the attached Item G-102, Safety and Security Provisions labeled “Addendum 6”. • Item G-107, Construction Survey is replaced in its entirety by the attached Item G-107, Construction Survey labeled “Addendum 6”. • Item G-301, Demolition and Crushing Pavement is replaced in its entirety by the attached Item G-301 Demolition and Crushing Pavement labeled “Addendum 6”. • Item L-108, Underground Power Cable for Airports is replaced in its entirety by the attached Item L-108, Underground Power Cable for Airports labeled “Addendum 6”. • Item L-110, Underground Electrical Duct Banks and Conduits is replaced in its entirety by the attached Item L-110, Underground Electrical Duct Banks and Conduits labeled “Addendum 6”. • Item L-112, Directional Boring, attached and labeled “Addendum 6” is hereby added. ADDENDUM #6 CC20-065 RUNWAY 17/35 RECONSTRUCTION PHASE III Page 3 • Item L-115, Electrical Manholes and Junction Structures, attached and labeled “Addendum 6” is hereby added. • Item L-125, Electrical Construction, is replaced in its entirety by the attached Item L-125, Electrical Construction labeled “Addendum 6”. • Item P-101 Preparation/Removal of Existing Pavements is replaced in its entirety by the attached Item P-101 Preparation/Removal of Existing Pavements labeled “Addendum 6”. • Item P-620 Runway and Taxiway Marking is replaced in its entirety by the attached Item P-620 Runway and Taxiway Marking labeled “Addendum 6”. (end of page) ADDENDUM #6 CC20-065 RUNWAY 17/35 RECONSTRUCTION PHASE III Page 4 ADDENDUM 6 SOUTHERN CALIFORNIA LOGISTICS AIRPORT AUTHORITY CC20-065 RUNWAY 17/35 RECONSTRUCTION PHASE III BID PROPOSAL PRICE SCHEDULES The undersigned declares he has carefully examined the site of the proposed work, the proposal, plans, specifications, and contract forms. Bidders shall satisfy themselves to the character, quality, and quantities of work to be performed, availability of materials, tools, equipment, incidentals and labor to be furnished, and to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied to the conditions to be encountered in performing the work and the requirements of the proposed contract, plans, and specifications to complete all the work for Phase III Base Bid, and any and all Phase II Bid Alternates in accordance with all the provisions of the Contract Documents for the prices set forth in the following schedule: BIDDER’S BASE BID PRICE DETAIL BASE BID SCHEDULE 100 RUNWAY 17/35 RECONSTRUCTION (Station 10+00 to 20+00) Bid Bid Description U. M. Unit Price Total Item Quantity 101 Mobilization (C-105-10.1) LS 1 $ 102 Bonds and Insurance (C-105-10.2) LS 1 $ 103 Safety & Security (G-102-5.1) LS 1 $ 104 Personnel Training (G-102-5.2) Allow 1 $10,000.00 105 Temporary Air and Water Pollution, Soil Erosion, LS 1 $ and Siltation Control (C-102-5.1) 106 Soil Erosion, and Siltation