addendum no.2 - Indianapolis International Airport

advertisement
ADDENDUM NO.2
December 15, 2015
INDIANAPOLIS INTERNATIONAL AIRPORT
Garage Atrium Canopy Replacement
IAA Project No. I-15-010
CONTENTS
ADDENDUM NO. 1 TEXT
ATTACHMENT LIST
PAGES 1 - 10
PAGE
10
Page 1 of 10
Date: December 15, 2015
ADDENDUM NO. 2
INDIANAPOLIS INTERNATIONAL AIRPORT
Garage Atrium Canopy Replacement
IAA Project No. I-15-010
TO: All Plan Holders of Record
The following addendum items modify, change, delete from or add to, the
requirements of the contract documents for this project. The articles contained
in the addendum take precedence over the requirements of the previously
published contract documents. Where any article of the contract specifications
or any detail of the contract drawings is modified or any paragraph,
subparagraph or clause thereof is modified or deleted by the articles contained
in this addendum, the unaltered provisions of that article, paragraph,
subparagraph or clause shall remain in effect.
All Contractors shall
acknowledge receipt of this Addendum in the space provided in the Bid
Proposal Packet.
Item No. 1 – Specifications
A.
Invitation to Bid:
Delete first paragraph and replace with revised paragraph:
“Sealed bids will be received by the Indianapolis Airport Authority,
Indianapolis, Indiana, for the GARAGE ATRIUM CANOPY REPLACEMENT
at the Indianapolis International Airport; Project No. I-15-010; at 7800
Col. H. Weir Cook Memorial Drive, Indianapolis, Indiana 46241 on
January 4, 2016 at 11:00 am local time in the Main Terminal Board
Room – Level 4. Bids are to be delivered to the Guest Services counter
in the Civic Plaza area on Level 3 of the Main terminal. All bids will be
opened at a public meeting and read aloud. Any bids received after the
designated time will be returned unopened. Bids are desired as set forth
in the Instructions to Bidders, which is part of the specifications.”
B.
Technical Provisions:
1.
Section 051200 Structural Steel:
Delete provision 1.5.D.9 and replace with revised provision 1.5.D.9:
"Erection drawings may be done simultaneously with structural
steel shop drawings."
Page 2 of 10
2.
C.
Section 130150 Tensioned Fabric Roof:
Delete provision 1.14.B.1 and replace with revised provision
1.14.B.1: " Warranty Period: 10 years from the date of substantial
completion of the building."
Special Provisions
Entire Special Provisions shall be removed and replaced with attached
revised Special Provisions dated December 15, 2015. See items that
follow for specific changes within the new Special Provisions.
1.
TABLE OF CONTENTS:
Delete Table of Contents and replace with revised Table of contents
attached.
2.
SP-1 SCOPE OF WORK:
a.
Add sentence to end of item 2.a.: “See sketches “SK#06”,
“SK#07”, and “SK#08” for existing shop drawings showing
location of existing “Breath Artwork” anchorage locations.
Sketches are for reference only.”
b.
3.
Delete Item 6 and replace with revised Item 6: “Contractor
shall remove and reinstall existing Lightning Prevention
System, located at all existing trusses, as required to perform
Contractors Work. Lightning Prevention System shall be
stored and protected by Contractor and reinstalled after new
canopy fabric is installed. Discard existing dissipation wire
and replace with new dissipation wire (Ref: Bill of Materials
on SK#11 - Item 7: LEC Part No. 0001537, WIRE, .100, DISS,
316L). See attached sketches “SK#09”, “SK#10”, “SK#11,
“SK#12”, and “SK13” for existing Lightning Prevention System
drawings. Contractor shall coordinate with system supplier
for recalibration/testing of the system after reinstallation.
System supplier contact information is provided in SP-21.”
SP-11 CONTRACTOR TEMPORARY SIGNAGE REQUIREMENT
At end of paragraph add new paragraph: “The General Trades
Contractor shall provide 50 temporary signage frames, Windmaster
Classic -24x48 with a clear protective overlay to be used for public
informational signage described above. These signs shall also
include printed/screened signs with wording and graphics to be
approved by the IAA. The General Trades Contractor shall also
include furnishing and temporarily installing 100 metal signs for
traffic control (for example, “NO Parking” or “One Way”) on the
Page 3 of 10
temporary barriers. Location to be as directed by the Airport
Parking Manager.”
4.
SP-13 CONSTRUCTION OF TEMPORARY SAFETY BARRIERS:
Delete SP-13 and replace with revised SP-13:
“These Special Provisions are intended to supplement and not
replace the provisions of GP 70-08.
The installation of the canopy replacement steel and fabric and the
addition of a glass enclosure wall will require the use of
safety/visual screening barriers around the work areas at the 5th
level and at the potential shoring locations on other floors of the
garage to keep pedestrians and vehicles from entering into areas
that might present unsafe conditions. Additionally, barriers will be
erected at the first through fourth floors to keep the public from
entering the atrium area to provide safety relief from the
construction activities above. A vehicle movement tunnel, indicated
by a designation of a GT-2 type barrier, will also be provided by the
General Trades Contractor as indicated on the documents. The
vehicle tunnel shall have a minimum height clearance of eight feet
six inches (8’6”) and a minimum horizontal clearance of fifteen feet
(15’) for the length of the vehicular tunnel. Scaffolding and
overhead protection shall be constructed to meet applicable safety
regulations and standards. The sides of the vehicle tunnel shall a
safety barrier to keep pedestrian traffic for accessing the atrium
area.
The General Trades Contractor will be responsible to erect, move
and dismantle these safety/visual screening barriers within the
garage structure as indicated on the bidding plans. All construction
activities must be coordinated with the General Trades contractor
to provide timely notification and coordination of the schedule
needs regarding the safety/visual screening barrier erection,
relocation and removal.
The safety/visual barriers, indicated as a GT-1 type Barrier on the
documents, shall be a minimum of six feet in height, provide a
continuous safety barrier to pedestrian access, shall include
indicated access points for egress to existing elevators and
stairwells and shall be installed to withstand normal wind
conditions that can be expected to occur in the construction areas.
The barriers may not be attached directly to the concrete
slabs/decks. Temporary weighting methods are to be used to keep
the barriers in place and upright. The barriers may be constructed
using either a chain link fence structure with approved mesh
screening and appropriate access points or a solid material barrier,
e.g. Plywood sheets. If a solid barrier is constructed, it will be
required to be painted and have screening material with Airport
Page 4 of 10
graphics mounted on exterior or have the Airport graphics be
added through the use of paint and stencils.
This Contractor will also provide weather protection over the
existing escalators and moving sidewalks in the garage as part of
this Special Provision. Protection to consist of plastic sheets
installed over a temporary wooden frame to minimize the effects of
rain and dust to the equipment. The framing is to be installed such
that the escalators and moving sidewalks are not accessible to
pedestrian traffic, but can be run on an intermittent basis to allow
operating parts to be oiled and maintained
All other safety/visual screening barriers that are required
exclusively for the Work of the General Trades Contractor are to be
provided by the General Trades Contractor. Safety/screening
perimeters around material staging and fabrication areas shall be
comprised of 6 foot high chain link fencing with mesh screening
attached as indicated upon the plans. Mesh screening is to be
provided similar to a Series 111 printed screening material as
shown on FenceScreen.com. See attached sketch “SK#05” for photo
of typical level of custom graphics that may be required on the
mesh screening. Also see attached sketch “SK#04” regarding mesh
screening required on temporary construction safety fencing to be
installed during canopy fabric replacement. See Sketches “SK#16”
through “SK#24” for locations of safety/visual barriers, information
is provided for reference only.
The General Trades Contractor shall include in their bid the cost to
provide 500 orange movable pylons, Looper-Tube Delineator Post
with Reflector Bands, and 4,000 feet of plastic chain material to
connect the orange pylons together to form traffic control barriers
and directional delineation for temporary traffic patterns in the
garage during construction. The General Trades Contractor is also
to include an allowance of 200 labor hours to install the pylon and
chain barriers in the garage and to relocate when directed. Location
of the temporary traffic lanes shall be determined by the Airport
Parking Garage manager.”
5.
SP-17 CRANING REQUIREMENTS:
a.
Delete Item 3 and replace with revised Item 3: “Any lifting of
materials, other than the steel trusses as defined in item SP16_Craning_Requirements, over the speed ramp, Ground
Transportation Center and top parking deck of the garage,
shall be coordinated a minimum of 72 hours in advance with
the Owner’s Construction Manager, allowing for advance
notice of the closure of the Parking Garage speed ramp and
Page 5 of 10
other affected areas of the garage during the lifting
operation.”
b.
6.
Add sentence to end of item 4.: “See attached sketches
“SK#14” and “SK#15” for existing site utilities.”
SP-21 CRANING REQUIREMENTS:
After Special Provision 20, add Special Provision 21:
“SP-21 – EXISTING LIGHTNING DISSIPATION SYSTEM TESTING
After the existing Lightning Dissipation components are reattached to the canopy structure at the completion of the new
canopy installation, the Contractor shall have the original lightning
dissipation system designer, Lightning Eliminators & Consultants,
Inc., re-certify the reinstallation prior to acceptance by the
Indianapolis Airport Authority. Additional information and pricing
can be obtained by contacting Luke Pettross at telephone number
303-951-3132.”
7. SKETCHES:
After Special Provision 21, add new paragraph: “Sketches SK#01
through SK#24 attached.”
Item No. 2 – Questions
1.
Question – Is this project subject to any Prevailing Wage/ Davis-Bacon
requirements? Note: The General Conditions reference a Wage
determination sheet but this document has not been provided.
Response – The project is not subject to a prevailing or common wage
scale or to Davis- Bacon requirements.
2.
Question – Is there any requirement to protect the people movers on level
3 to the elements during the time period between when the old PTFE
membrane has been removed and the replacement membrane is
installed?
Response – Yes, however the protection will be provided by Others in a
separate bid package. See revised SP-13 included in this Addendum No.2.
3.
Question – Please clarify requirements for obtaining building permits for
this Contract scope of Work.
Response – Contractors shall be required to obtain an Airport Work
Permit as described in the bidding documents prior to starting work in
the field. Also, the Contractor shall be required to obtain the appropriate
Page 6 of 10
Building Permit from the City of Indianapolis. Cost of the City permit to
be borne by the Contractor.
4.
Question – Please confirm the final finish coat on the new canopy steel
elements can be shop or field applied at the discretion of the Canopy
Replacement trade contractor.
Response – Final finish coat on new canopy steel elements shall be shop
applied per Specification Section 099600.3.3.C.
5.
Question – Please confirm if the Canopy Replacement trade contractor is
responsible to have the system re-certified by the original installer the
after re-installation. If so please provide contact information of the
original Lightning prevention System installer.
Response – Special Provision 21 (SP-21) has been included in this
Addendum No.2 to address re-certification and contact information, see
attached SP-21.
6.
Question – Please confirm the Canopy Replacement trade contractor is
responsible for snow/ice removal “inside” the contractor’s safety barriers
and work zone and the 5th level of parking ramp and access roads to
ramp will be by normal daily IAA operations.
Response – IAA will be responsible for snow/ice removal as necessary
outside of the construction limits.
7.
Question – Please provide drawings or as-builts of existing underground
utilities that are in the crane path and pad areas as designated on Site
Logistics Plans SK#02 and SK#03.
Response – Sketches have been included in this Addendum No.2 to show
existing underground utilities, see attached Sketches SK#14 and SK#15.
8.
Question – Please advise if a steel erector who is NOT AISC certified can
be utilized to allow for increased participation in the XBE program under
the scenario the contractor erects the structure in accordance with AISC
specifications and/or contract inspects the erection with a certified
erection consultant.
Response – Item will be reviewed post-bid as substitution request.
Page 7 of 10
9.
Question – Please confirm this phasing plan and limits on working hours
(ref: SP-12, SP-16) is only applicable for the hoisting and erection of the
new steel trusses, planer trusses and other large steel elements, and this
trade contractor may work on 100% of structure during normal day shift
operation as it relates to lay-out, install of new welded connection plates,
painting and membrane removal and installation provided the day-to-day
ramp operations are not impacted and the requirement of a minimum of
4 stair towers and 2 elevators are available for public use is maintained.
Response – Yes, see SP-16 and SP-17 for additional information.
10.
Question – Can the cost and responsibility for providing the crane pads,
temporary access roads and the landscape allowance by transferred to
the General Trades scope of work?
Response – Since the extent of the crane pads and temporary access
roads may vary by contractor, it would not be feasible to have the General
Trades Contractor include this scope within their bid. However, the
successful Canopy Erection contractor should be able to negotiate the
providing of this work with the successful General Trades Contractor or
some other contractor prior to the work being required on site.
11.
Question – If the FAA does not approve the use of the Contractor’s
proposed crane for erection as part of the FAA 7460 permit application
process, will the Contractor be entitled to a cost and schedule adjustment
to their Contract?
Response – A crawler crane of a similar size was used for construction of
the terminal building and approved by the FAA. It is expected the 7460
permit will contain certain restrictions on the crane such as not using in
adverse weather conditions, putting a light and flag at end of boom and
advance notification of scheduled lifts, but not a limitation on the height
of the boom itself.
12.
Question – Please advise if a 3d CAD model is available for the canopy
structure.
Response – No CAD is available.
13.
Question – Please confirm if the referenced membrane clamp plate
welded to the top chord of the existing T2 trusses between the lightning
prevention support brackets currently is in place or needs to be installed
by the Canopy Replacement Trade Contractor under this replace scope of
work. Also please confirm if this plate is to be a continuous plate.
Page 8 of 10
Response – See Detail 3/S-502 for plate requirements at existing T2
trusses.
14.
Question – Is a contractor’s license or any other license required to bid
directly to the IAA for the Canopy Replacement Project? We only are aware
of the requirement in the contract documents that a certificate from the
Secretary of State confirming bidder is authorized and registered to do
business in Indiana is required
Response – You are only required to meet the requirement of the
documents as pertains to licensing.
15.
Question – In the “Instructions to Bidders” Item 25 it appears that the
project is tax exempt and that any sales or use taxes should not be
included in the bid either in the base bid or as an allowance. Please
confirm.
Response – The Airport does have tax exempt status as the documents
indicate. A certificate will be provided to the successful bidder.
16.
Question – In specification section 099600 there is no requirement for
millage DFT for the three coats of paint. Should manufacturer’s
minimums be the guideline?
Response – The specifications require the Contractor to meet the
manufacturer’s recommendation for the specific system proposed for the
steel painting as there are multiple paint systems specified.
17.
Question – In special provisions section SP-19 Alternates, Alternate 1 asks
for a new coat of paint to be applied over all exposed surfaces of the
steel framing supporting the fabric. Does that include the new steel
components, the old components that exist now; or both?
Response – This item was addressed in Addendum No.1 (Note was
changed to cover re-painting of the EXISTING steel as part of the
Addenda).
18.
Question – Will value engineering options be entertained?
Response – The section of the General Provisions as pertains to the
evaluations of any cost reduction suggestions will be used for the project.
Page 9 of 10
19.
Question – In specification section 130150 1.14B-1 the manufacturer’s
product warranty for the specified fabric is to be 20 years from the date
of substantial completion. It is our understanding that the four
manufacturers identified in section 2.2A of the same spec only offer
maximum 10 year warranties and some of them are pro-rated. There are
coated fabrics with much greater strength that provide 20 year
warranties. Would the airport entertain such alternate options?
Response – Warranty has been modified from 20 years to 10 years. See
item No.1.A.2 in this Addendum No.2.
20.
Question – Can a time extension be issued to allow more time to study
shoring plan and to contact potential XBE bidders”
Response – Per Indiana public bidding regulations, bids are to be received
within six weeks of bid request. Therefore, the bid date can only be
extended to January 4th, 2016 at 11:00 am. That extension will be noted
in the addenda.
21.
Question – With the indicated anticipated contract award date of January
15, 2016, the contract period of 220 days does not appear sufficient to
complete the Work. Can it be increased?
Response – There seems to be some confusion of the project start up
dates and when the NTP is anticipated to be issued on this Contract. See
anticipated schedule of activities that will be in effect for this contract
(actual dates may vary slightly to reflect actual job conditions):
Board Approval of ContractJanuary 15, 2016
Issue Release to Begin Engineering Activities
January 20, 2016
Issue NTP for work to begin on site
March 14, 2016
Substantial Completion Date
October 20, 2016
Completion of punch list work
November 19, 2016
Item No. 3 – Attachments
A.
Specifications
1.
Invitation to Bid.
2.
Special Provisions - SP-1 through Sketches (including Table of
Contents).
3.
Sketches SK#06 through SK#24.
Page 10 of 10
Download