August 24, 2015 CLARIFICATION NO. 1 FOR RUNWAY 13C

advertisement
August 24, 2015
CLARIFICATION NO. 1
FOR
RUNWAY 13C-31C EMAS REPLACEMENT
- CHICAGO MIDWAY INTERNATIONAL AIRPORT
Specifications and Contract Documents Number: 132755
For which bids are scheduled to be opened in the office of the Chief Procurement Officer, Room
103, City Hall, 121 North LaSalle Street, Chicago, Illinois 60602, at 11:00 a.m., August 25, 2015.
The following clarifications/answers to bidder’s questions for the above referenced Contract
Documents are being issued to all prospective bidders. The questions and answers/clarifications
by the City are for informational purposes only and do not amend the Contract Documents.
NOTICE OF CLARIFICATIONS
QUESTIONS FROM BIDDERS
Question 1:
The schedule shown on drawing GO-6 doesn’t seem to allow enough time for the
overall install of the new EMAS Installation? The schedule also shows doing these
back to back and the EMAS installation is done within 20 CD’s leaving 30 CD’s for
what?
Response 1: It is anticipated the two 56-hour closures will occur in the first 20 days after
mobilization. The entire construction duration includes cure time prior to
placing the methyl methacrylate (MMA).
Question 2:
The drawings indicate that the removal of the existing EMAS block system must be
done no more than 3 nights before the installation of the new system. Then the new
system (per the schedule allows 56 hours) requires milling the asphalt, anchors,
silica foam, geotextile, CLSM, MMA polymer concrete. This doesn’t seem like
enough time has been allocated for the removal and the installation?
Response 2: The Project Schedule is sufficient based on a previous installation.
Question 3:
What is the in-place density of the Foamed Silica material?
Response 3: The density of the material is approximately 169 pounds per cubic yard,
loosely piled. The in-place consolidated density will be somewhat higher.
Question 4:
What type of construction equipment can be used for the installation of the foamed
silica?
Response 4: The construction equipment chosen by the contractor is a means and
methods decision of the Contractor; however, loaders, concrete conveyors,
CITY OF CHICAGO
DEPARTMENT OF PROCUREMENT SERVICES
Specification No. 132755, Clarification No. 1
JAMIE L. RHEE
CHIEF PROCUREMENT OFFICER
Page 1 of 5
manual raking, and plate compactors were used successfully on a previous
installation.
Question 5: The specs mention that the contractor must process the silica foam to a gradation of
½” to ¾” size. What type of equipment would be required for that processing?
Response 5: The construction equipment chosen by the contractor is a means and
methods decision of the Contractor; however, large concrete crushing
equipment was used successfully on a previous installation.
Question 6:
Will there be enough room at the staging facility to set up the processing equipment,
and associated stockpiles?
Response 6: Yes.
Question 7:
They refer to IDOT specs for the entire project. Is that true?
Response 7: Yes.
Question 8:
Are the existing blocks handled as CCDD material, or given the nature of the
materials included with the blocks would they have to be handled as special waste?
If they are not classified as CCDD material, then we will need the material
specifications for the existing blocks.
Response 8: Existing blocks are considered Clean Construction Demolition Debris (CCDD).
See Specification Z-100, 3.02.
Question 9:
The water control plan seems to be extensive for what we are doing here. What is
going to be required?
Response 9: The amount of effort required will depend on the contractor’s means and
methods and how much damage to the existing turfed areas is caused during
construction. It should be assumed that everything shown in the project
drawings will be required.
Question 10: The drawings indicate that we will need two full time sweepers?
Response 10: See Note 26 on Drawing G-05, a minimum of 2 sweepers is required and more
may be needed to meet the requirements of the Contract Documents.
Question 11: Who sets up the runway closures with the “lighted X”?
Response 11: See Note 17 on Drawing G-06.
Question 12: How many vacuum sweepers must the Contractor keep available during
construction?
Response 12: See Question 10 response above.
Question 13: How many flaggers must the contractor have during hauling operations?
Response 13: One flagger will be required.
CITY OF CHICAGO
DEPARTMENT OF PROCUREMENT SERVICES
Specification No. 132755, Clarification No. 1
JAMIE L. RHEE
CHIEF PROCUREMENT OFFICER
Page 2 of 5
Question 14: Mobilization Section M-101 contains language about a construction trailer. Is such a
trailer required for this project?
Response 14: No trailer is required.
Question 15: Book 3 Specification Page M-103-3 in Paragraph 2.04.A requires the Contractor to
supply two LED-lighted ‘X’ closures, and turn these over to the City on project
completion. Must the Contractor procure other barricades or other traffic control
devices to the City on project completion?
Response 15: Contrary to M-103.2.04, the lighted X’s will be provided by the CDA. Other
barricades will be provided by the CDA as noted in Specification M-103, 2.03.
Question 16: What is the approximate density of the silica foam (pre-processed and postprocessed)?
Response 16: The density of the material is approximately 169 pounds per cubic yard,
loosely piled. The in-place consolidated density will be somewhat higher.
Question 17: What compaction or placement specs exist for the silica foam?
Response 17: The silica foam will be consolidated per Specification Z-100, 3.03.H.
Question 18: What QC tests must the contractor perform on the silica foam?
Response 18: No formal testing of the silica foam is required.
Question 19: Reference Detail B/D-06, which shows an “asphalt anchor.” Please specify a
manufacturer and model.
Response 19: Examples of asphalt anchor bolt suppliers:
Timco
http://www.timco-eng.com/downloads/Timcoloc%20Asphalt%20Anchors.pdf
Telephone: (914) 736-0206
Simpson (Strong-Tie)
http://www.strongtie.com/products/anchorsystems/index.html?source=topnav
Telephone: (800) 999-5099
Powers
http://www.powers.com/mechanical.php
Contact: Dan Gilligan
Telephone: 855-297-1311
Model will be 5/8” asphalt anchor, minimum 6” length.
Question 20: Where to dispose of existing EMAS blocks?
Response 20: See Question 8 response above.
CITY OF CHICAGO
DEPARTMENT OF PROCUREMENT SERVICES
Specification No. 132755, Clarification No. 1
JAMIE L. RHEE
CHIEF PROCUREMENT OFFICER
Page 3 of 5
Question 21: Specs do not appear to list a manufacturer/product for the methyl methacrylate
(MMA) topping material. A 0.28-inch thickness (Detail A/Sheet D-06) suggests a
grout material. Is a primer required? Please specify.
Response 21: MMA is a concrete sealing material, not a grout. In prior applications, a primer
has not been required. However, manufacturer recommendations should be
followed. One such supplier of the FAA approved MMA material is TRANSPO.
Contract is Tom Donnelly at tdonnelly@transpo.com. Telephone: 573-8081040. This material, or an FAA approved equivalent, must be used.
Question 22: Sika is one manufacturer of an MMA grout system (Sikafloor Pronto 14), but Sika
says that the substrate beneath the topping material must be have a compressive
strength of 3,500 psi. The maximum compressive strength of the CLSM is 300 psi at
60 days. Please resolve this apparent contradiction.
Response 22: That supplier may not be able to satisfy the requirements specified. The
specifications require that “Only MMA material that has been accepted by the
FAA shall be used and substitutions with similar materials shall not be
allowed.” One such supplier of the FAA approved MMA material is TRANSPO.
Contract Name, Tom Donnelly at tdonnelly@transpo.com. This material, or an
FAA approved equivalent, must be used.
Question 23: For City-provided light fixtures, please enumerate what this includes. For example:
lamp, fixture, cabinet, junction box for cabinet, and frangible coupling tube. Please
confirm that all work related to FAA ALSF lighting is to be performed under the
electrical allowance, and identify items that the Contractor must furnish and install
that would NOT be covered under the allowance.
Response 23: See Specification L-100.
Question 24: Z-100-10 Paragraph 3.04 A requires that the Contractor follow the FAA Advisory
Circular 150/5340-1K, which appears to be silent on “…MMA material meeting color
requirements….”
http://www.faa.gov/documentlibrary/media/advisory_circular/150_5340_1k_consolidated.pdf
Must the chevron markings be MMA?
Response 24: Yes.
Question 25: Please provide manufacturer and product for the polypropylene reinforcing required
for the CLSM in Paragraph 2.03 B of the Z-100 specification.
Response 25: A GRACE ¾-in polypropylene product was used, for previous installation.
This product or an FAA approved equivalent must be used. Prairie Materials
provided the CLSM for similar application in the previous EMAS installation at
Midway International Airport. Contact Information, Len Burkart, Tel: 708-5943001.
Question 26: Reference Detail H/D-6. Please provide details for the EMAS expansion joint system
(EEJS): manufacturer(s), factory-applied cured traffic grade silicone facing, epoxy
sealant, silicone corner bead, and EEJS impregnated foam.
CITY OF CHICAGO
DEPARTMENT OF PROCUREMENT SERVICES
Specification No. 132755, Clarification No. 1
JAMIE L. RHEE
CHIEF PROCUREMENT OFFICER
Page 4 of 5
Response 26: The expansion joint typically comes as a kit with all products necessary for a
successful installation. Suppliers of seals that will work are as follows:
Emseal
http://www.emseal.com/Products/Architectural/BelowGrade/BelowGradeProductGuide.htm
Dan O’Hayer (VP; has relevant experience)
(401) 439-9772
D.S. Brown
http://www.dsbrown.com/Resources/Bridges/SelectionGuide/B_MaintExpJntChart_v003.pdf
Joel Kozlesky
(419) 257-5450
Watson Bowman
https://wbacorp.com/products/bridge-highway/joint-seals
Debbie Steiger
(716) 691-7566
R.J. Watson
http://www.rjwatson.com/Projects_cat/expansion-joints/
Marc Stafford
(716) 901-7020
Question 27: Please confirm the length of construction warranty. Book 2 Section VI.F.2.b calls out
a 1 year requirement for contractor construction warranty. Book 3 Spec section Z100-1.07.A calls for a two year.
Response 27: The warranty period will be two years in accordance with Section Z-100, of
Part Three of Three of the Contract Documents.
END OF CLARIFICATION NO. 1
CITY OF CHICAGO
DEPARTMENT OF PROCUREMENT SERVICES
Specification No. 132755, Clarification No. 1
JAMIE L. RHEE
CHIEF PROCUREMENT OFFICER
Page 5 of 5
Download