Upload
phamnguyet
View
228
Download
0
Embed Size (px)
Citation preview
Addendum 1 Page 1 August 17, 2017 American Infrastructure Development, Inc. BP-00470
GREATER ORLANDO AVIATION AUTHORITY
ADDENDUM #1
TO THE
CONTRACT DOCUMENTS, SPECIFICATIONS AND DRAWINGS DATED JULY 17, 2017
FOR
BID PACKAGE NO. BP-00470
SOUTH CELL LOT AND UTILITIES
AT
ORLANDO INTERNATIONAL AIRPORT ORLANDO, FLORIDA
Prepared By:
37 North Orange Avenue, Suite 500 | Orlando, Florida 32801 [email protected]
ADDENDUM DATE: August 17, 2017
Addendum 1 Page 2 August 17, 2017 American Infrastructure Development, Inc. BP-00470
Note: The bidder shall acknowledge receipt of this addendum on the Bid Form, Page 00 41 13-2 in the space provided.
I. Changes to Project Manual:
A. INSTRUCTIONS TO BIDDERS
Section 00 10 00 - Instructions to Bidders: Change the fifth paragraph on page 00 11 13-1 to read as follows: Sealed bids will be received in the Receptionist Office at the Orlando International Airport, 5850-B Cargo Road, Orlando, Florida 32827-4399, up to 2:00 p.m., local time, Wednesday, September 6, 2017, at which time all bids received will be publicly opened the contents noted and read aloud. Page 00 21 13-4 MWBE SUBCONTRACTOR PARTICIPATION REQUIREMENTS Remove page 00 21 13- 4 and replace with page 00 21 13- 4 “Addendum 1 08/16/2017” (attached).
B. BID FORMS
Section 00 41 13- Bid Form: Remove pages 00 41 13- 1 to 00 41 13- 15 and replace with pages 00 41 13- 1 to 00 41 13- 15 “Addendum 1 08/17/2017” (attached). Section 00 41 13.13 – MWBE and LDB/SDVOBE Subcontractor Participation Schedules. Remove pages 00 41 13.13- 1 to 00 41 13.13-2 and replace with pages 00 41 13.13- 1 to 00 41 13.13-6 “Addendum 1 08/17/2017” (attached). Section 00 41 13.14 – MWBE and LDB/SDVOBE Subcontractor Participation Schedules. Remove pages 00 41 13.14- 1 to 00 41 13.14-2 and replace with pages 00 41 13.14- 1 to 00 41 13.14-6 “Addendum 1 08/17/2017” (attached).
II. Changes to Plans:
1. Drawing C-12.1 Grading Plan – Updated to add labels to and clarify new contours in the vicinity of the South Cell Lot.
III. Questions received from Potential Bidders:
Addendum 1 Page 3 August 17, 2017 American Infrastructure Development, Inc. BP-00470
1. Question: Is there an engineer’s estimate, or budget, for this project?
Response: Budget numbers are as follows:
2. Question: Are MWBE and LDB/SDVOBE Subcontractor Participation Requirements based on one total bid or is each bid and additive alternate evaluated separately?
Response: MWBE and LDB/SDVOBE Subcontractor Participation Requirements
have been updated and will be based on each portion of the bid. See attachments to this addendum for revised forms.
3. Question: What is the wastewater permit cost?
Response: Assume the City of Orlando permit fee will be 4% of the estimated
construction cost of the improvements (items 57 and 58 of the base bid). For simplicity.
4. Question: Are the alternatives awarded at the same time?
Response: The Additive Alternate Bids, if awarded, shall be awarded at the same
time with the base bid.
III. Attachments:
1. The following attachments become part of the Contract Documents:
a. Page 00 21 13-4 MWBE SUBCONTRACTOR PARTICIPATION REQUIREMENTS
b. Pages 00 41 13- 1 to 00 41 13- 15 “Addendum 1 08/17/2017”
c. Pages 00 41 13.13- 1 to 00 41 13.13-6 “Addendum 1 08/17/2017”
d. Pages 00 41 13.14- 1 to 00 41 13.14-6 “Addendum 1 08/17/2017”
Component Budget Base Bid South Cell Lot
$2.0 M
Additive Alternate Bid 1 16" OUC Water Main Extension
$1.75 M
Additive Alternate Bid 2 JFB Communications Duct Bank Extension
$400 K
Addendum 1 Page 4 August 17, 2017 American Infrastructure Development, Inc. BP-00470
e. Drawing C-12.1
2. The following attachments are being made available to the prospective bidders for information only and in no way change the Contract Documents.
a. Pre-Bid Conference Slide Deck
b. Pre-Bid Conference Minutes
c. Pre-Bid Meeting Attendance List
d. Plan holders list.
* * * END OF ADDENDUM #1 * * *
ORLANDO INTERNATIONAL AIRPORT INSTRUCTIONS TO BIDDERS BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 21 13
00 21 13 - 4 American Infrastructure Development, Inc. GOAA June 2017 Non-Federal Version
13.0 MWBE SUBCONTRACTOR PARTICIPATION REQUIREMENTS:
The Owner has adopted a Non-Federally Funded Minority and Women Business Enterprise (“MWBE”) Program.
The policies, forms and certified MWBE Directory are available on-line at the Owner’s web site: http://www.orlandoairports.net/small_business/index.htm
MWBE Subcontractor Participation Goal : Base Bid: 20 % of bid price Add Alternate 1 6% of bid price Add Alternate 2 13% of bid price
In its sole discretion, the Owner reserves the right to combine the MWBE goal with the Owner’s other local participation program goals including the LDB/SDVOBE program goals.
All Bidders shall complete and submit the Schedule of MWBE Subcontractor Participation, Exhibit A to these Documents, with the Bid.
The Bidder, in meeting the guidelines of the MWBE Participation Program, is not relieved of its equal employment opportunity obligations under state and federal laws and regulations.
Questions concerning the MWBE program can be addressed to the Owner's Office of Small Business Development, Attn. Mr. George Morning, Director, Greater Orlando Aviation Authority, Orlando International Airport, 5850-B Cargo Road, Orlando, FL 32827; phone number (407) 825-7171, E-mail [email protected].
14.0 LDB/SDVOBE SUBCONTRACTOR PARTICIPATION REQUIREMENTS:
The Owner has adopted a Local Developing Business / Service Disabled Veterans Owned Business Enterprise (“LDB/SDVOBE”) Program.
The policies, forms and certified LDB/SDVOBE Directory are available on-line at the Owner’s web site: http://www.orlandoairports.net/small_business/index.htm
LDB/SDVOBE Subcontractor Participation Goal: Base Bid: 1 % of bid price Add Alternate 1 0% of bid price Add Alternate 2 1% of bid price
In its sole discretion, the Owner reserves the right to combine the LDB/SDVOBE goal with any of the Owner’s other local participation program goals including the MWBE program goals.
All Bidders shall complete and submit the Schedule of LDB/SDVOBE Subcontractor Participation, Exhibit B to these Documents, with the Bid.
The Bidder, in meeting the guidelines of the LDB/SDVOBE Participation Program, is not relieved of its equal employment opportunity obligations under state and federal laws and regulations.
Questions concerning the LDB/SDVOBE program can be addressed to the Owner's Office of Small Business Development, Attn. Mr. George Morning, Director, Greater Orlando Aviation Authority, Orlando International
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 1 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
SECTION 00 41 13 - BID FORM – NF STIPULATED SUM (SINGLE-PRIME CONTRACT)
BID FOR THE GREATER ORLANDO AVIATION AUTHORITY
Submitted By: (Bidder Name)
Date:
The undersigned Bidder hereby certifies the following: (1) it has accurately identified all persons required by the applicable signature block; (2) this Bid is fair, in all respects, and made in good faith, without collusion or fraud; (3) no officer, employee or agent of the Authority and no spouse or child of an officer or employee of the Authority, has, or will have during the performance of the Contract, any material interest in the business of the Bidder, and (4) Bidder has no knowledge of any potential conflict of interest.
The Bidder further represents that it has examined the site of the Work and informed itself fully in regard to all conditions pertaining to the place where the Work is to be done, including security requirements; that it has examined the plans and specifications for the Work and other Bid Documents relative thereto and has read all of the Addenda furnished prior to the opening of the Bids, as acknowledged below; and that it has otherwise fully informed itself regarding the nature, extent, scope and details of the Work to be performed, including the conditions to be encountered.
If provided with a Notice of Intent to Award the Contract by the Owner, the Bidder shall execute and deliver to the Owner all of the documents required by the Bid Documents, including but not limited to, the Contract Agreement and the Performance and Payment Bonds in the form contained in the Bid Documents, furnish the required evidence of the specified insurance coverages, furnish all necessary permits, licenses, materials, equipment, machinery, maintenance, tools, apparatus, means of transportation and labor necessary to complete the Work provided for in the Bid Documents for "BP-470, South Cell Lot and Utilities , Orlando International Airport," Orlando, Florida.
Bids may be rejected if they contain any qualifications, exceptions, objections or any modification whatsoever to the Bid Documents that have not been authorized by an Addendum.
The Bidder shall perform the Work specified herein within the time limits set forth in the Instructions to Bidders, which time limits the Bidder acknowledges as reasonable.
If the Bidder improperly withdraws its Bid or fails to execute and deliver to the Owner any of the documents required by the Bid Documents, within ten (10) business days after the date of the Notice of Intent to Award, the Owner may seek recourse against the Bid Security as provided for in the Bid Documents.
Bidder is aware that if the Bidder fails to complete the Work within the scheduled time as may be adjusted by Contract Modifications, the Bidder and its surety shall be liable for the amount of Liquidated Damages identified in the Instructions to Bidders.
Acknowledgment is hereby made of the following Addenda (identified by number) received since issuance of the Plans and Specifications:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 2 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
ADDENDA DATE
ADDENDA DATE
PUBLIC ENTITY CRIMES ACT
The Bidder represents that it is not precluded from submitting a bid under Section 287.133(2)(a), which provides as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal or reply on a contract to provide any goods or services to a public entity, may not submit a bid, proposal or reply on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount set forth in Florida Statutes s.287.017, for CATEGORY TWO for a period of thirty-six (36) months from the date of being placed on the convicted vendor list.
MWBE/LDB/SDVOBE PROGRAM ACKNOWLEDGEMENT
By submitting a Bid on this Project, Bidder represents that it has reviewed and familiarized itself with the Owner’s Minority and Woman Business Enterprise Policy (MWBE), the Local Developing-Business / Service Disabled Veterans Owned Business Enterprise Program Policy (LDB/SDVOBE). See the Invitation to Bid and Instruction to Bidders for the MWBE Participation Goal and the LDB/SDVOBE Participation Goal.
SCRUTINIZED COMPANY CERTIFICATION
In the event this contract exceeds One Million Dollars, ($1,000,000.00), the Bidder hereby certifies that it is not on the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List as defined in Florida Statutes § 287.135.
TEXTING WHEN DRIVING
In accordance with Executive Order 13513, “Federal Leadership on Reducing Text Messaging While Driving” (10/1/2009) and DOT Order 3902.10, “Text Messaging While Driving” (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce workplace safety policies to decrease crashes caused by distracted drivers including policies to ban text messaging while driving when performing any work for, or on behalf of, the Federal government, including work relating to a grant or subgrant.
The Contractor must promote and conduct workplace safety initiatives for employees and other work personnel in a manner commensurate with the size of the business, such as:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 3 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
a. Establishment of new rules and programs or re-evaluation of existing programs to prohibit text messaging while driving; and
b. Education, awareness, and other outreach to employees about the safety risks associated with texting while driving.
The Contractor must insert this “Texting When Driving” language in each third party subcontract involved on this project.
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 4 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 5 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
BID FOR ALL WORK REQUIRED IN ACCORDANCE WITH THE APPLICABLE DRAWINGS, SPECIFICATIONS AND OTHER BID DOCUMENTS, INCLUDING ALL COSTS RELATED TO THE WORK, AND ANY REQUIRED PERMITS, TAXES, BONDS AND INSURANCE, THE UNDERSIGNED SUBMITS: BID SCHEDULE
Base Bid: South Cell Lot
Bid Item No.
Description Units Estimated Quantity
Unit Price Total Based on Estimated Quantities
1 Mobilization LS 1
2 Maintenance of Traffic LS 1
3 Silt Fencing LF 1,000
4 Floating Turbidity Barrier LF 225
5 Soil Tracking Prevention Device EA 1
6 Selective Clearing and Grubbing
AC 2
7 Demolish Existing Chain Link Fence
LF 162
8 Regular Excavation CY 100
9 Embankment CY 23,500
10 12" Type B Stabilization LBR 40 SY 12,800
11 6" Limerock Base Material LBR 100
SY 7,750
12 8" Limerock Base Material LBR 100
SY 4,400
13 Milling Exist Asphalt Pavement, 1" avg Depth
SY 40
14 1.5" Type SP-12.5 Traffic Level A
TON 680
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 6 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
15 3" Type SP-12.5 Traffic Level A TON 7400
16 Type P-5 Inlets, Curb EA 4
17 Type P-6 Inlets, Curb w/J-Bottom
EA 2
18 Inlets, Type D EA 2
19 Inlets, Type D w/J-Bottom EA 1
20 18" RCP Storm Drain LF 688
21 48" RCP Storm Drain LF 384
22 18" Mitered End Section EA 1
23 18" Flared End Section EA 1
24 48" Flared End Section EA 1
25 Type F Concrete Curb and Gutter
LF 2,500
26 Type D Concrete Curb LF 1,940
27 Concrete Sidewalk SY 250
28 Detectable Warnings SF 55
29 Guardrail (Shall include approach terminal assembly & asphalt pavement)
LF 257
30 Guardrail End Treatment (shall include asphalt pavement)
EA 1
31 Special Guardrail Post EA 2
32 Performance Turf SY 11,000
33 Stop Sign-Single Post Sign, F&I Ground Mount, up to 12 SF
EA 10
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 7 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
34 Yield Signs-Single Post Sign, F&I Ground Mount, up to 12 SF
EA 4
35 Do Not Enter Signs-Single Post Sign, F&I Ground Mount, up to 12 SF
EA 2
36 Stop Sign & Right Turn Only-Multi Post Sign, F&I Ground Mount, 12 to 20 SF
EA 2
37 Sign Panel, Furnish & Install, Ground Mount, up to 12 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 1
38 Sign Panel, Furnish & Install, Ground Mount, 21-30 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 3
39 Sign Panel, Furnish & Install, Ground Mount, 31-50 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 1
40 Sign Panel, Furnish & Install, 12-20 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 2
41 Sign Panel, Furnish & Install, 21-30 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 2
42 Sign Panel, Furnish & Install, 31-50 SF (Campus-Wide Cell Lot/Travel Plaza Signage)
EA 5
43 Sign Panel, Remove, 12-20 SF EA 2
44 Sign Panel, Remove, 21-30 SF EA 2
45 Sign Panel, Remove, 31-50 SF EA 5
46 Retro-reflective Pavement Markers
EA 56
47 Painted Pavement Markings, Standard, white, solid, 6"
SY 370
48 Painted Pavement Markings, Standard, yellow, solid, 6"
SY 115
49 Painted Pavement Markings, Standard, white, solid, 12"
SY 70
50 Painted Pavement Markings, Standard, white, solid for stop line or crosswalk, 24"
SY 60
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 8 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
51 Painted Pavement Markings, white arrows
EA 3
52 Thermoplastic, standard , white, solid, 6"
SY 370
53 Thermoplastic, standard , yellow, solid, 6"
SY 115
54 Thermoplastic, standard , white, solid, 12"
SY 70
55 Thermoplastic, standard , white, solid 24" for stop line or crosswalk
SY 60
56 Thermoplastic, preformed, white, arrows
EA 3
57 4" PVC Forcemain LF 260
58 Sanitary Manhole, P7, <10' EA 1
59 Landscaping LS 1
60 Irrigation LS 1
61 Waste Stations and 5" Service Pads (Pet Relief Station, Trash Receptacles)
EA 6
62 Light Pole, Sgl Arm 40' EA 19
63 Light Pole, Dbl Arm 40' EA 4
64 Light Pole, Quad Arm 40' EA 3
65 Emergency Phone System, Including 2 Phones, ducts, cabling integrated into system at taxi/hold restroom building for a complete working system in place.
LS 1
66 Lighting- Panel and Service EA 1
67 1W Ductbank LF 3,800
68 Conductor + Ground LF 6,500
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 9 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
69 4W 2" Ductbank to Travel Plaza LF 45
70 2W 4" Ductbank LF 314
E-1 Mobilization LS 1
E-2 Maintenance of Traffic LS 1
E-3 Silt Fencing LF 350
E-4 Regular Excavation CY 26
E-5 Embankment CY 155
E-6 Milling Exist Asphalt Pavement, 1" avg Depth
SY 2,200
E-7 1" Type SP-12.5 Traffic Level A (FDOT 334)
TON 125
E-8 Concrete Flume EA 2
E-9 Type F Concrete Curb LF 560
E-10 Performance Turf SY 780
E-11 Retro-reflective Pavement Markers
EA 49
E-12 Painted Pavement Markings, Standard, white, solid, 6"
SY 70
E-13 Painted Pavement Markings, Standard, yellow, solid, 6"
SY 35
E-14 Painted Pavement Markings, Standard, white, solid for stop line or crosswalk, 24"
SY 10
E-15 Painted Pavement Markings, white arrows
EA 9
E-16 Painted Pavement Markings, white, message
EA 6
E-17 Thermoplastic, standard , white, solid, 6"
SY 70
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 10 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
E-18 Thermoplastic, standard , yellow, solid, 6"
SY 35
E-19 Thermoplastic, standard , white, solid 24" for stop line or crosswalk
SY 10
E-20 Thermoplastic, preformed, white, arrows
EA 9
E-21 Thermoplastic, preformed, white message
EA 6
Base Bid: South Cell Lot: $
Additive Alternate Bid 1: 16" OUC Water Main Extension
Bid Item No.
Description Units Estimated Quantity
Unit Price Total Based on Estimated Quantities
ITEM NO.
ITEM DESCRIPTION UNIT QUANTITY
1 MOBILIZATION LS 1
2 MAINTENANCE OF TRAFFIC LS 1
3 EROSION CONTROL AND POLLUTION ABATEMENT
LS 1
4 CLEAR AND GRUB SY 2,100
5 REMOVE AND REPLACE EXISTING LANDSCAPING
LS 1
6 4" OF TOPSOIL AND SOD SY 8,400
7 EMBANKMENT FILL CY 1,600
8 16" DI WATER MAIN DIRECT BURY
LF 6,525
9 16" DI WATER MAIN DIRECTIONAL BORE (Sta. 12+49)
LF 400
10 16" DI WATER MAIN DIRECTIONAL BORE (Sta. 76+20)
LF 260
11 16" BUTTERFLY VALVE AND VALVE BOX
EA 6
12 ABANDON EXISTING 16" WATER MAIN
LS 1
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 11 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
13 24" RCP PIPE LF 10
14 24" MITERED END SECTION (MES)
EA 1
15 TYPE P-7 STORM MANHOLE w/ FRAME AND COVER
EA 1
16 REMOVE EXISTING 24" RCP AND MES
LS 1
17 ALLOWANCE FOR UNKNOWN UTILITY CONFLICT RESOLUTIONS
AL 1 $ 10,000.00 $ 10,000.00
18 ALLOWANCE FOR OUC FEES AL 1 $ 10,000.00 $ 10,000.00
19 OUC WATER INSPECTION FEES-ALLOWANCE
AL 1 $ 20,000.00 $ 20,000.00
Additive Alternate Bid 1: 16" OUC Water Main Extension Price: $
Additive Alternate Bid 2: JFB Communications Duct Bank Extension
Bid Item No.
Description Units Estimated Quantity
Unit Price Total Based on Estimated Quantities
1 MOBILIZATION LS 1
2 MAINTENANCE OF TRAFFIC LS 1
3 EROSION CONTROL AND POLLUTION ABATEMENT
LS 1
4 CLEAR AND GRUB SY 2,100
5 REMOVE AND REPLACE EXISTING LANDSCAPING
LS 1
6 4" OF TOPSOIL AND SOD SY 8,400
7 EMBANKMENT FILL CY 1,600
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 12 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
8 4 WAY 4" DUCT BANK DIRECT BURY W/ CONCRETE CAP, DUCTS ‘A, B, D AND E’ AS DEPICTED ON C-9.8
LF 5,400
9 2 WAY 4" DUCT BANK DIRECT BURY, DUCTS ‘C’ AND ‘F’ AS DEPICTED ON C-9.8
LF 5,400
10 6 WAY 4" DIRECTIONAL BORE
LF 410
11 2 PACK 3” 3-CELL FABRIC INNERDUCT (MAXCELL)
LF 5,810
12 COMMUNICATIONS MANHOLE 4’ X 4’ X 6' W/ STUB OUTS
EA 10
13 ALLOWANCE FOR UNKNOWN UTILITY CONFLICT RESOLUTIONS
AL 1 $ 10,000.00 $ 10,000.00
Additive Alternate Bid 2: JFB Communications Duct Bank Extension Price: $
Base Bid: South Cell Lot $
Additive Alternate Bid 1: 16" OUC Water Main Extension $
Additive Alternate Bid 2: JFB Communications Duct Bank Extension $
TOTAL BID PRICE: $
_____________________________________________________________________________ Dollars (Total Bid Price is the Base Bid plus Alternates) __________________________________ (Bidder’s Signature) ___________________________________ (Date) ___________________________________ (Email)
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 13 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
(If Bidder is a corporation, complete this signature block) Fill in the name of the corporation, followed by the signature of the officer signing on behalf of the corporation, name and officer’s title and Secretary attestation. The below Corporation is organized and existing under the laws of the State of _________________, authorized by law to make this bid and perform all work and furnish materials and equipment required under the Contract Documents, and is authorized to do business in the State of Florida. Federal ID # (Name of Corporation)
Phone: By: (Signature of Corporate Officer)
Fax: Name: (Please print legibly or type)
Date: Title: Address: Attest: (Affix Corporate Seal) (Secretary)
The full name, address and title of every Officer of the Corporation (including the President, Vice President, Secretary, and Treasurer) is as follows (attach additional pages if necessary): Name Address Title Name Address Title Name Address Title Name Address Title
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 14 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
(If Bidder is a LLC, complete this signature block) Fill in the name of the limited liability company, followed by the signature and printed name of the Manager who is authorized to sign on behalf of the LLC. The below LLC is organized and existing under the laws of the State of _________________, authorized by law to make this bid and perform all work and furnish materials and equipment required under the Contract Documents, and is authorized to do business in the State of Florida. Federal ID # (Name of Limited Liability Company) Phone: By: (Signature of Manager) Fax: Name: (Please print legibly or type) Date: Address of LLC: Attest: (Affix Corporate Seal) (Secretary) The full name and address and title of every Member and Manager are as follows (attach additional pages if necessary): Name Address Title Name Address Title Name Address Title Name Address Title
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT BID FORM – NF STIPULATED SUM BP-470, SOUTH CELL LOT AND UTILITIES (SINGLE- PRIME CONTRACT) SECTION 00 41 13
00 41 13 - 15 American Infrastructure Development, Inc. GOAA November 2016 Non-Federal Version
(If Bidder is a joint venture or partnership, complete this signature block) Fill in name of joint venture or partnership, followed by the signature of each partner of the joint venture or partnership. By signing below, each partner of the joint venture or partnership acknowledges and agrees that the partner is jointly and severally liable for all obligations of the joint venture or partnership pursuant to the Contract (attach additional pages if necessary). Name of joint venture or partnership: Federal ID#: Phone: Fax: By: Federal ID#: (Signature of Partner)
Name: (Please print legibly or type)
Address: Phone: Fax: By: Federal ID#: (Signature of Partner)
Name: (Please print legibly or type)
Address: Phone: Fax: (If Bidder is an individual, complete this signature block) SSN: By: (Signature)
Phone: Name: (Please print legibly or type)
Fax: Date: Address: END OF SECTION 00 41 13
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 1 American Infrastructure Development, Inc. GOAA November 2014
SECTION 00 41 13.13 - EXHIBIT A1 Bidder: SCHEDULE OF MWBE SUBCONTRACTOR PARTICIPATION OF BASE BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
MWBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
7
TOTALS Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show MWBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show MWBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above MWBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 2 American Infrastructure Development, Inc. GOAA November 2014
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 3 American Infrastructure Development, Inc. GOAA November 2014
SECTION 00 41 13.13 - EXHIBIT A2
Bidder:
SCHEDULE OF MWBE SUBCONTRACTOR PARTICIPATION OF ADDITIVE ALTERNATE 1 BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
MWBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
TOTALS Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show MWBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show MWBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above MWBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 4 American Infrastructure Development, Inc. GOAA November 2014
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 5 American Infrastructure Development, Inc. GOAA November 2014
SECTION 00 41 13.13 - EXHIBIT A3
Bidder: SCHEDULE OF MWBE SUBCONTRACTOR PARTICIPATION OF ADDITIVE ALTERNATE 2 BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
MWBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
TOTALS Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show MWBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show MWBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above MWBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT A BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.13
00 41 13.13 - 6 American Infrastructure Development, Inc. GOAA November 2014
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 1 American Infrastructure Development, Inc. GOAA November 2016
SECTION 00 41 13.14 - EXHIBIT B1 Bidder: SCHEDULE OF LDB/SDVOBE SUBCONTRACTOR PARTICIPATION OF BASE BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
LDB/SDVOBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
TOTALS
Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show LDB/SDVOBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show LDB/SDVOBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above LDB/SDVOBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 2 American Infrastructure Development, Inc. GOAA November 2016
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 3 American Infrastructure Development, Inc. GOAA November 2016
SECTION 00 41 13.14 - EXHIBIT B2 Bidder: SCHEDULE OF LDB/SDVOBE SUBCONTRACTOR PARTICIPATION OF ADDITIVE ALTERNATE 1 BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
LDB/SDVOBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
TOTALS
Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show LDB/SDVOBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show LDB/SDVOBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above LDB/SDVOBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 4 American Infrastructure Development, Inc. GOAA November 2016
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 5 American Infrastructure Development, Inc. GOAA November 2016
SECTION 00 41 13.14 - EXHIBIT B3 Bidder: SCHEDULE OF LDB/SDVOBE SUBCONTRACTOR PARTICIPATION OF ADDITIVE ALTERNATE 2 BID PRICE
“A” “B” “C” “D” “E” NAME OF CERTIFIED
LDB/SDVOBE FIRM, MANUFACTURER, VENDOR/SUPPLIER
ADDRESS AND PHONE NUMBER SCOPE OF WORK ESTIMATED
SUBCONTRACT
AMOUNT ($)*
VENDOR/SUPPLIER
SUBCONTRACT
AMOUNT ($)** 1
2
3
4
5
6
TOTALS
Example Firm, Manufacturer, $100 Example Vendor/Supplier $60 $100
*”D” Show LDB/SDVOBE Bid Values: The Bid value in this column for Vendor/Supplier Subcontracts is shown as 60% of column “E” 100% value. ** “E” Show LDB/SDVOBE Vendor/Supplier Values: Full Subcontractor Bid Amount The undersigned will enter into a formal agreement with the above LDB/SDVOBE subcontractors for work listed in the schedule conditioned upon execution of a contract with the Owner. By:
Addendum 1 08/17/2017
ORLANDO INTERNATIONAL AIRPORT EXHIBIT B BP-470, SOUTH CELL LOT AND UTILITIES SECTION 00 41 13.16
00 41 13.14 - 6 American Infrastructure Development, Inc. GOAA November 2016
THIS PAGE INTENTIONALLY LEFT BLANK
Addendum 1 08/17/2017
T
JEFF FUQ
UA BLVD
.
SOUTH PARK PLACE ENTRANCE
VER
TIC
AL D
RIV
E
TRAVELPLAZA SITE
APPROX. BUILDINGF.F.E.=83.15
APPROXIMATE TRAVEL PLAZA PROJECT LIMITS
EXISTINGTYPE F CURB (TYP.)
TRAVEL PLAZAENTRANCE
DIAGONAL WAY
8
2
.
5
8
3
.
0
8
3
.
5
8
4
.
0
8
2
.
5
8
3
.
0
8
3
.
5
8
5
.
0
8
4
.
5
8
4
.
5
8
4
.
5
8
2
.
5
8
5
.
0
8
3
.
0
8
3
.
5
8
4
.
0
8
4
.
5
8
5
.
5
8
6
.
07
9
C
C
1
1
.1
C
1
2
.1
C
C11.1C12.1
B
C11.1C12.1
D
C11.1
C12.1
-1.48%
-22.79%
-0.9
1%
-1.00%
-
2
.
0
0
%
-1.00%
-2.00%
-1.00%
-1.00%
-1.00%
Miscellaneous_Topo MISC DIAM = 2.0 IN RECG FLECTOR
177785.05
SV
TH
TWO EXISTING 72" RCPINV. (W) EL. = 71.84'INV. (E) EL. = 71.80'
EXISTING CONCRETE HEADWALL
TWO EXISTING 72" RCPINV. (W) EL. = 71.84'INV. (E) EL. = 71.80'
EXISTINGCONCRETEHEADWALL
TOP EL.=79.6±
8
2
.
5
8
3
.
0
8
3
.
5
8
4
.
0
8
3
.
0
8
3
.
0
8
3
.
5
8
4
.
0
8
8
.
0
8
8
.
5
8
9
.
0
8
5
.
0
8
4
.
0
8
4
.
5
8
5
.
5
8
6
.
0
8
6
.
5
8
7
.
0
8
5
.
0
8
4
.
5
8
5
.
5
-1.48%
20+0
021
+00
22+0
022
+53
30+00 31+00 32+00 33+0033+15
8
2
.
5
82.5
8
2
.
5
8
2
.
5
8
1
.
0
8
1
.5
82.0
83.0
83.0
82.5
8
2
.
5
83.0
8
3
.
5
8
4
.
0
8
4
.5
-1.13%
82.0
82.0
-10.00%
SITE CONTROL POINTFND. PMON WITH
BRASS DISC "RE 31"N: 1483812.41'E: 558435.39'
EL.= 83.43'
INTE
R R
OA
D
EXISTINGWET DETENTION POND (PSTC-13)
TOP = 80.00BOT = 64.50
WSWT = 76.5325 yr. 24 hr.= 79.09
100 yr. 24 hr..= 79.35
AC11.1C12.1
AC11.1C12.1
B
C11.1C12.1
D
C11.1
C12.1
79.5
7
9
.5
-
2
.0
0
%
-
2
.
0
0
%
-0.50%
-
0
.4
5
%
-
1
.
0
1
%
0+001+00
2+00
3+00
4+00
5+00 6+00
7+00
7+91
-
1
.
4
8
%
-1.00%
-1.00%
8
5
.
5
8
7
.
5
8
7
.
0
8
6
.
5
8
8
.
0
88.5
89.0
89.5
8
6
.
5
8
7
.
0
8
4
.
5
EXISTINGPOND SAR-D
CONSTRUCTION LIMITS LINE
7.0' BERM
8
4
.
5
37 N. ORANGE AVENUE, SUITE 500ORLANDO, FL 32801
OFFICE: 407-926-6611FLORIDA CERT. OF
AUTHORIZATION 28731
BP-470SOUTH CELL LOT
AND UTILITIES
BID DOCUMENTS
NORTH
0GRAPHIC SCALE IN FEET
3010 60
C-12.1
GRADINGPLAN
LEGEND
82.5
80
1.00%
PROJECT LIMITS
SIDEWALK
ROADWAY PAVEMENT
PARKING LOT PAVEMENT
EXISTING CONTOURS
PROPOSED CONTOUR
STORM PIPE
PROPOSED SPOT ELEVATION
PROPOSED SLOPE
1 08/16/2017 Update contours.
1
BP-470 SOUTH CELL LOT AND UTILITIES
Pre-Bid ConferenceAugust 15, 2017
August 15, 2017
Agenda
• Introduction of Participants• Purpose of Meeting• Small Business • Scope of Work• Administration
▪ Addenda▪ Bid Procedures and Requirements
• Legal Requirements• Questions• No Official Site Visit
August 15, 2017
INTRODUCTION
August 15, 2017
Introduction of Participants
• Owner
▪ Greater Orlando Aviation Authority▪ Orlando International Airport 1 Jeff Fuqua Boulevard ▪ Orlando, FL 32827▪ Tuan Nguyen, PE, Manager, Engineering
• Engineer
▪ American Infrastructure Development, Inc.▪ Gregg Hamm ▪ 37 North Orange Avenue, Orlando, FL 32801 ▪ (813) 374-2200 | [email protected]▪ Mark Jansen, P.E., Engineer of Record
August 15, 2017
Introduction of Meeting Participants
• Tuan Nguyen (GOAA, Manager, Engineering)
• Somdat Jiawan (GOAA, Manager Small Business Programs
• Kathy Anderson (GOAA Contracts)• Mark Jansen, Gregg Hamm (AID)• Not Present:
▪ Alejandro Sorondo (GOAA/HNTB, Project Manager)
August 15, 2017
PURPOSE OF MEETING
August 15, 2017
Purpose of Meeting
• To review project scope, clarify and explain construction methods, procedures and safety measures required by the contract and to answer questions.
• Review bidding and legal requirements.
August 15, 2017
SMALL BUSINESS
DBE/MWBE /LDB/SDVOBE PROGRAMS & GOOD FAITH EFFORTS
GREATER ORLANDO AVIATION AUTHORITY
Small Business Development Departmenthttps://www.orlandoairports.net/airport-business/
August 15, 2017
Small Business Programs• LDB – Local Developing Business is a business
certified by GOAA that is, among other criteria, located in the Orlando MSA.
• DBE – Disadvantaged Business Enterprise• MWBE – Minority and Woman Owned Business
Enterprise• SDVOBE – Service Disabled Veteran Owned
Business Enterprise (Certified)• GOAA’s Directories are available on line at
https://www.orlandoairports.net/airport-business/
August 15, 2017
Small Business Programs - DirectoriesPlease visit the following for certified DBE/LDB/MWBE/SDVOBE:1. Greater orlando Aviation Authority (All Directories):
https://www.orlandoairports.net/airport-business/2. Orange County (MWBE):
http://apps.ocfl.net/OrangeBids/MinorityVendorListing/3. City of Orlando (MWBE):
http://www.cityoforlando.net/mwbe/certified-mwbe-directory/4. State of Florida (MWBE & SDVOBE): http://www.dms.myflorida.com5. FDOT (DBE)
http://www3b.dot.state.fl.us/EqualOpportunityOfficeBusinessDirectory/For GOAA’s MWBE/LDB Directories, please visit GOAA’s website listed above.
August 15, 2017
Small Business Programs• GOAA reciprocates DBE, MWBE & SDVOBE
certification from FDOT-UCP, Orange County, City of Orlando, and the State of Florida
• The Bidder is responsible to ensure that the MWBE/LDB/SDVOBE firm is currently certified▪ A DBE-certified firm’s bid/proposal is
acceptable to meet the MWBE requirement
August 15, 2017
Small Business Programs
• If you are buying materials from an DBE/MWBE/LDB/SDVOBE Vendor, 60% of the value is counted towards the goal. For example, $100 from any DBE/MWBE/LDB/SDVOBE Vendor = $60 of DBE/MWBE/LDB/SDVOBE participation goal
• DBE/MWBE and LDB/SDVOBE Goals are separate and distinct. If you intend to use a firm that is certified in both types, ensure the scope for each type is noted.
• Only 1st tier DBE/MWBE/LDB/SDVOBE participation is counted (Bidder must execute a Contract or Purchase Order directly with the DBE/MWBE/LDB/SDVOBE subcontractor or vendor)
August 15, 2017
Good Faith Efforts
• Bidders must either meet the goal or goals or provide documented proof of Good Faith Efforts, upon request.
• A detailed guideline of what efforts constitute good faith is included in the DBE/MWBE/LDB/SDVOBE Policies. These are available on line to all bidders or contact the Small Business Development Department’s Office for assistance.
August 15, 2017
Examples of Good Faith Efforts
• Active engagement/contract negotiations• Follow-up calls• Furnish information regarding bid• Maintain call records and call logs• Receive and evaluate bids• Furnish copies of bids from both
DBE/MWBE/LDB/SDVOBE and non-DBE/MWBE/LDB/SDVOBE subs for GFE evaluation if the DBE/MWBE/LDB/SDVOBE bid is rejected
August 15, 2017
Examples of Good Faith Efforts
In those instances where a majority subcontractor is selected for a scope of work for which DBE/MWBE/LDB/SDVOBE bids were submitted, the Prime Contractor shall submit documentation to evidence “good faith” negotiations with the DBE/MWBE/LDB/SDVOBE subcontractors. Documentation shall include, but not limited to, records of all quotations received from DBE/MWBE/LDB/SDVOBE and from the selected majority subcontractor, and an explanation why the DBE/MWBE/LDB/SDVOBE quotations were unacceptable. It is the responsibility of the Prime Contractor to demonstrate that the DBE/MWBE/LDB/SDVOBE bid was not rejected as unqualified without a thorough and documented investigation of its capability.
August 15, 2017
Goal and Potential Work Items for Project BP-470, South Cell Lot and Utilities
• All Bidders, including DBE/MWBE/LDB/SDVOBE Prime Bidders, must meet the goal or provide Good Faith Efforts documents (Self-Performance does not count)
• Goals: MWBE = 20%LDB/SDVOBE = 1%
• Potential DBE/MWBE/LDB/SDVOBE scopes:▪ MOT, Silt Fence, Turbidity Barrier, Clear & Grub, Landscaping/Irrigation▪ Concrete, Limerock, Hauling, Fencing, Guardrail, Sodding, Striping/Pavement Marking▪ Signage, Electrical▪ Material Vendors
• The Small Business Development Department’s Office has reserved Thursday August 17, 2017, 8:00 a.m. to 10:00 a.m. to discuss GFE with any Bidder. You may also contact Somdat at 407.825.3481 or 407.494.9987 if you have any question about the Small Business Programs.
August 15, 2017
SCOPE OF WORK – BASE BID
August 15, 2017
Project Location
August 15, 2017
Scope of Work and BudgetBudget
Base BidSouth Cell Lot
$2.0 M
Additive Alternate Bid 116" OUC Water Main Extension
$1.75 M
Additive Alternate Bid 2JFB Communications Duct Bank Extension
$400 K
August 15, 2017
South Cell Lot
August 15, 2017
South Cell Lot
• Site Preparation and Clearing• Excavation and Embankment• Drainage Structures and Pipe• Curb and Gutter• Base Course and Bituminous Surface• Landscape/Irrigation• Utilities/Ductbanks• Site/Roadway Lighting• Signage and Pavement Markings
August 15, 2017
South Cell Lot
August 15, 2017
South Park Place Entrance
• Traffic Control During Construction (Night Work Only)
• Curb and Gutter• Flumes• Milling • Overlaying• Pavement Markings
August 15, 2017
South Park Place Entrance
August 15, 2017
SCOPE OF WORK – ADDITIVE BIDS 1 AND 2
August 15, 2017
Jeff Fuqua Blvd. Utilities
August 15, 2017
Utilities
• 16” Water Main (OUC)• 4” x 6-way Ductbank (GOAA)
August 15, 2017
South Travel Plaza (Not in Contract)
August 15, 2017
South Travel Plaza (Not in Contract)
• Coordinate with Developer and Contractor
• Possible Concurrent Timeframes
August 15, 2017
Phasing/Staging
• Possible concurrent travel plaza construction
• Busy Intersection• Congested Area
August 15, 2017
Schedule/Time
• Time of Completion▪ 190 calendar days to Substantial Completion from the
issuance of the Notice to Proceed (This includes 30 Day Submittal Period)
▪ Final Completion shall be achieved 45 calendar days from the date of actual Substantial Completion
• Liquidated Damages (Defined in Instructions to Bidders – 11.0)▪ $2,400 per calendar day past required Substantial
Completion Date, when actual Substantial Completion is achieved
▪ $1,200 per calendar day past required Final Completion Date, when Final Completion is achieved
August 15, 2017
Safety and Security
• Entirely Landside project.• AOA badging NOT required.• Contractor shall develop final traffic
control plan.• Vertical Drive traffic shall remain open at
all times.
August 15, 2017
Permitting
• SFWMD Water Management Environmental Resource - GOAA
• Gopher Tortoise Relocation - GOAA• SFWMD Dewatering - CONTRACTOR• City of Orlando - Engineering Permit
(Sanitary Sewer) - CONTRACTOR
August 15, 2017
LEGAL REQUIREMENTS
August 15, 2017
Legal Requirements
• Instructions to Bidders▪ Bid Due Date: September 6, 2017▪ Review Bid Checklist on P. 00 21 13-8
• Insurance Requirements• Contract Requirements
August 15, 2017
No Official Site Visit
August 15, 2017
QUESTIONS
08/15/17 BP-470 Pre-Bid Meeting Minutes Page 1 of 3
GREATER ORLANDO AVIATION AUTHORITY Orlando International Airport
One Airport Boulevard Orlando, Florida 32827-4399
MEETING MINUTES
Date, Time & Location: August 15, 2017 2:00 PM Orlando International Airport, Maintenance Shops, Building 8648 Casa Verde Road, Orlando, Florida Orlando International Airport
Attendees: See attached Sign-In Sheets
To: Pre-Bid Meeting Attendees
Purpose: Pre-Bid Meeting
BP-470 South Cell Lot and Utilities
From: Mark Jansen, Project Manager These notes set forth the understanding of the parties. The parties shall rely on the contents unless the writer receives written notice of specific discrepancies for the proposed revised wording within two weeks of the date of mailing or transmittal of these notes.
I. INTRODUCTION OF PARTICIPANTS
A. Owner Greater Orlando Aviation Authority Orlando International Airport 1 Jeff Fuqua Boulevard Orlando, FL 32827 Tuan Nguyen, PE, Manager, Engineering
B. Engineer American Infrastructure Development, Inc. Gregg Hamm 37 North Orange Avenue, Orlando, FL 32801 (813) 374-2200 | [email protected] Mark Jansen, P.E., Engineer of Record
II. PURPOSE
A. To review project scope, clarify and explain construction methods, procedures and safety measures required by the contract and to answer questions.
08/15/17 BP-470 Pre-Bid Meeting Minutes Page 2 of 3
B. Review bidding and legal requirements.
III. SMALL BUSINESS
A. MWBE/LDB/SDVOBE scopes and requirements were described B. Good Faith Efforts were discussed.
IV. SCOPE OF WORK
A. Description of Project Base Bid - South Cell Lot
Additive Alternate Bid 1- 16" OUC Water Main Extension
Additive Alternate Bid 2- JFB Communications Duct Bank Extension
B. Phasing/Staging Requirements – staging area was described. GOAA indicated that a potential developer travel plaza project would be completed adjacent to this project, and that it is possible that it will be concurrent. C. Project Schedule and Time.
1. 190 calendar days to Substantial Completion from the issuance of the Notice to Proceed (This includes 30 Day Submittal Period)
2. Final Completion shall be achieved 45 calendar days from the date of actual Substantial Completion
3. No additional time will be granted for the additive alternates.
D. Safety and Security- this is a landside project, no AOA badging will be needed. E. Permitting was described and is included in the slide deck.
V. ADMINISTRATION
A. Addenda- Addendum 1 will be issued to clarify issues, distribute clarifications, etc. B. Bid Due Date: September 6, 2017 C. Bidders were reminded to review the Checklist on P. 00 21 13-8
VI. LEGAL REQUIREMENTS
A. Instructions to Bidders were described and are included in the project manual. B. Insurance Requirements were specified and are included in the project manual.
08/15/17 BP-470 Pre-Bid Meeting Minutes Page 3 of 3
VII. QUESTIONS
A. Several questions were asked. Relevant, substantial questions are included in Addendum 1.
VIII. SITE VISIT
A. Since the project is located on the non-secure landside of the airport, no official group site visit was conducted.
IX. ADJOURN MEETING
A. The meeting adjourned at 2:40 p.m.
PRE-BID CONFERENCE ATTENDANCEBP-470 South Cell Lot and Utilities Pre-Bid Conference, August 15, 2017Orlando International Airport, Maintenance Shops, Building, 8648 Casa Verde Road, Orlando, Florida
NAME ORGANIZATION CERTIFIED Y/N Phone/ E-mail
V/oAe^C-'iCXDBE Phone Hoi- A H - S z l oMWBE
LDB E-MailC\rs^ Q> Vo \g AC'><X<ZC. U £
|Ak +£>V^(7
|?fy
i CollaroDBE Phone
fep SSStr % / H -MWBE
LDB E-MailcywU -rV'-'-v
I ( L> r
DBE Phone3 ^ L - 3 / V ~ 762.-5
MWBE
LDB E-MailCL<? S'"^» pl^e ^ , Co*^
'tVo
Gc* CbcaW)0
DBE Phone^«7-6c>2- 7ooc-/
MWBE
LDB E-Mail 3'L^Ge££&£rfAv LCl H
^oh -o CrtfT+tc^r
(2 T^->c^>
DBE Phone^07 62-? 2~9o £> x /<f^
MWBE
LDB E-Mail Cathc^f $ © uaiioo ,cc"^\
RlL-l/K&CHO
DBE / Phone 4or-*88-8l&MWBE
LDB E-Mail cAfiUD. PiUsfy ^lechoues. c^n
PRE-BID CONFERENCE ATTENDANCEBP-470 South Cell Lot and Utilities Pre-Bid Conference, August 15, 2017
NAME ORGANIZATION CERTIFIED Y/N Phone/ E-mailDBE Phone
&S4T- S4<9/MWBE
LDB E-Mail
W fjJ+rySnLL
DBE Phone4&7. ^r.rr&o
MWBE
LDB E-MailL*AC/W\ -W-r»v<r^4 . < ew
UtL
DBE Phone4m - 9<k°> - ^ ^
MWBE
LDB E-Maileo c.e ^2. S’C^.C'^—
DBE Phone^7 9S4, * l go
MWBE
LDB E-Mailtoe. 2>-o*^
P^Afc"
DBE Phone ..... . CJ * 0 MH&7 fc<TG £ j £ o
MWBE
LDB E-MailfC^inc ‘MJ
LcMf/f
DBE Phonel/rOSlS-HPD .
MWBE
LDB E-Mail*5? ^YZ> PAcVt f ff~ C y&y- P
BP-470 South Cell Lot and UtilitiesPlanholders List 8/17/2017
Name Company Email Address PhoneAlejandro Sorondo GOAA [email protected]
1 Evelyn Sergeant The Middlesex Corporation [email protected] 10801 Cosmonaut Blvd. Orlando, FL 32824
407-515-3566
2 Wendy J Vickery Hubbard Construction Company [email protected] 1936 Lee Rd., #300, Winter Park, FL 32789 407-623-3845 3 Elaine Warmer Diamond C Logistics [email protected] Chris Parmanan Valencia Construction Group, Inc. [email protected] P.O. BOX 784621
WINTER GARDEN, FL 34778(407) 614-5870
5 Beverly Papalski Florida Safety Contractors, Inc. [email protected] P.O. Box 16628Tampa, Florida 33687
(813) 982-9172 ext. 230
6 Holli Martin Carr & Collier Inc. [email protected] 352-314-36257 Wayne Conover Gibbs & Register, Inc. [email protected] 232 S. Dillard Street
Winter Garden, FL 34787407-654-6133
8 Shannon Knox Southland Construction, Inc. [email protected] 172 W 4th StApopka, FL 32703
407-889-9844321-230-2528
9 Joseph “Joe” Bowen DPR Construction [email protected] 4700 Millenia Blvd. #350 | Orlando, FL | 32839 407-352-2233407-489-9834
10 Stephen (Steve) R. Corrow Gomez Construction Company [email protected] 750 Jackson Avenue │ Winter Park, FL 32789 407.375.3286 11 Corliss M. Fur Furo Prime Construction Group, Inc. [email protected] 1000 Jetstream Drive
Orlando, FL 32824(407) 856-8180 ext. 226
12 Fritz Conrad John B. Webb & Associates, Inc. [email protected] 925 S. Denning DriveWinter Park, Florida 32789
(407) 622-9322
13 John Cathcart Cathcart Construction Company - Florida LLC
[email protected] 2564 Connection PointOviedo, FL 32765
407-629-2900 ext 18
14 Carlo Pilia ECHO Utility Engineering & Survey [email protected] 1511 E. SR434, Ste. 2001, #252Winter Springs, Florida 32708
888.778.ECHO, Ext. 703