february 23, 2004 - The Jacksonville Port Authority

advertisement
Post Office Box 3005
2831 Talleyrand Avenue
Jacksonville, Florida 32206-0005
www.jaxport.com
ADDENDUM NO. 02
March 20, 2014
TO
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
REPLACE SECURITY BOOTHS AND GATE ARMS
JPA CONTRACT NO. C-1454
The item(s) of this Addendum shall modify and become a part of the contractual documents for this project as of
this date. (Failure to acknowledge this addendum will be grounds for rejection of your bid.)
PHYSICAL CHANGES TO CONTRACT SPECIFICATIONS
Item No. 01
Reference Contract Related Documents, DELETE Current Wage Bulletin FL140207 (Highway).
Item No. 02
Reference Technical Specifications, Pre-Fabricated Guard Booth, 101-3178-005, DELETE Pages 1 thru 3
and REPLACE with “REVISED” Pages 1 thru 3.
ATTACHMENTS TO CONTRACT SPECIFICATIONS
Attachment No. 01
Questions received by e-mail submission.
Attachment No. 02
Photos of security booth purchased by JAXPORT
Attachment No. 03
Pre-Fabricated Guard Booth, 101-3178-005, “REVISED” Pages 1 thru 3.
Acknowledgment of the following addenda is hereby made:
Addendum #2, Dated: ______________________ Initials ________________
Company __________________________________
NOTE: THIS ADDENDUM SHALL BE ACKNOWLEDGED ON THE BID FORM, FAILURE TO ACKNOWLEDGE
ADDENDUM WILL BE GROUNDS FOR REJECTION OF BID.
PLEASE VISIT http://www.jaxport.com/about-jaxport/corporate-information/projects-for-bid OR CALL
THE PROCUREMENT DEPARTMENT AT (904) 357-3017, PRIOR TO THE BID OPENING TO DETERMINE IF
ANY ADDENDA HAVE BEEN RELEASED ON THIS CONTRACT.
JPA Contract No.: C-1454
Page 1 of 1
Addendum No. 02
Post Office Box 3005
2831 Talleyrand Avenue
Jacksonville, Florida 32206-0005
ATTACHMENT NO. 01
INVITATION TO BID
JPA CONTRACT NO. C-1454
REPLACE SECURITY BOOTHS AND GATE ARMS
RESPONSE TO QUESTIONS
1. Will the doors on the booths require lock cores and is there a specific key requirement, copies, etc?
ANSWER: Lock Cores will be required. Key all the door locks the same and provide 2 copies
per booth.
2. Will contract 90 day performance period include lead time for construction of the booth? 90 days
is a tight performance schedule not including lead time.
ANSWER: Yes. An administrative NTP will be issued soon after contract execution to allow
ordering of materials, etc.; time under an administrative NTP does not count toward the 90
days. A construction NTP will be issued separately and lead time for ordering and delivery
of materials will be considered.
3. Have provisions been made for alternate route for pedestrian access during the time that we are
replacing pedestrian booth? It appears that it is the only access.
ANSWER: Yes, pedestrians will be admitted in and out of the port thru the nearby chain
link fence gate. The present booth security guard will be stationed at that location.
4. Are we going to be responsible for setting up alternate routing for pedestrian use during
construction?
ANSWER: No. See response to Question #3.
5. What kind security measures do we need take to ensure that the pedestrian area remains secured at
all times during construction?
ANSWER: As a minimum, the old pedestrian booth must be removed and the new
pedestrian booth put in place during one work period. An open gap in the security
perimeter cannot be allowed. There is a gate on the parking lot side of the existing booth.
This gate will be locked during construction. Also see response to Question #3.
6. Which direction will all doors on booth be facing?
ANSWER: Doors shall be positioned as shown on drawings T4, T7 & T8
JPA Contract: C-1454
Addendum No. 02
7. Which Davis Bacon applies for this project? The RFP provide both Building and Highway.
Please clarify which we are to follow.
ANSWER: Please use the Building wage schedule FL140013. The wage bulletin schedule
FL140207 will be deleted from the contract documents.
8. Please provide us pictures of the booth already purchased by JAXPORT that will be installed in
the pedestrian location?
ANSWER: Pictures are provided in ATTACHMENT No. 02 of this Addendum.
9. Page No.: GC-37 of General Conditions. References the requirement for flood insurance, if
construction includes aboveground structure. Is this project considered to be in a flood hazard
area? Will we be required to provide flood insurance?
ANSWER: No, flood insurance will not be required. Specific insurance requirements related
to this contract are outlined on pages RLI-1 thru RLI-3.
10. Are there any testing requirements on the concrete?
ANSWER: No.
11. Since this is a federally funded project, will there be requirement to submit for building permits,
electrical, etc through the City of Jacksonville permitting office?
ANSWER: Yes.
12. The RFP states that Metal shall meet Buy American Act, please advise if Buy American act
applies to all materials for installation?
ANSWER: Reference Special Conditions, page SC-22, #18 BUY AMERICA AND FOREIGN
CONTRACTOR AND SUPPLIER RESTRICTION. This information must be provided for
all Federally funded projects to give preference to the use of domestically produced materials
on any procurements funded at least in part by federal funds. These requirements are
applicable to all steel and iron materials incorporated into the finished work, but are not
applicable to steel and iron items that the Contractor uses but does not incorporate into the
finished work.
JPA Contract: C-1454
Addendum No. 02
ATTACHMENT No. 02
ATTACHMENT No. 02
ATTACHMENT No. 03
101-3178-005
JACKSONVILLE PORT AUTHORITY
PRE-FABRICATED GUARD BOOTH
PART 1 – GENERAL
1.1
SUMMARY
A.
1.2
1.3
Provide all labor, equipment and materials to furnish and install prefabricated
portable metal Control Booths as specified below.
RELATED WORK
A.
Drawings and general provisions of Contract, including Contractual Conditions and
other Specification Sections, apply to this Section.
B.
Electrical service supply and connection.
C.
Disconnecting and reconnecting of Communication and Network Cabling.
D.
Removal of existing fiber optic cabling and re-terminating it.
E.
Site/foundation work.
F.
Unloading, placement, installation and anchoring.
SUBMITTALS
A.
General: Submit the following according to the Conditions of the Contract.
1.
2.
3.
4.
5.
Product Data: Include construction details, material descriptions, dimensions
of individual components and profiles, and finishes for each cashier booth.
Technical Data: Provide technical data sheets and material Safety data
sheets for product specified.
Shop Drawings: Submit five (5) copies of shop drawings for approval by the
Engineer prior to fabrication.
Product Certificates: Signed by manufacturers of all products certifying that
each product furnished complies with requirements specified here in and as
per general conditions as required by the A/E.
Installation and Maintenance Data: Installation information and maintenance
manuals.
“REVISED” Page 1 of 6
ATTACHMENT No. 03
101-3178-005
1.4
1.5
1.6
QUALITY ASSURANCE
A.
Structures shall be the product of a manufacturer with a minimum of 20 yearsdocumented experience in the design and fabrication of portable aluminum buildings.
B.
The basis of design portable building manufacturer is Porta-King Building Systems,
4133 Shoreline Drive, Earth City, MO 63045, Ph 800-284-5346. And Fax 314-2912857, www.portaking.com.
C.
For approval of prefabricated buildings by manufacturers other than Porta-King
Building Systems, the contractor shall submit sufficient data to enable approval to be
given. As a minimum, submit design drawings and/or calculations, applicable
certifications, catalog information, showing equal range of variety.
D.
Electrical devices factory installed within the prefabricated building shall be UL listed.
Factory installed wiring system shall be in full compliance with the current NFPA’s
National Electrical Code
E.
– Deleted per Addendum No. 02 -
DELIVERY, STORAGE, AND HANDLING
A.
Deliver control booths to the project site in manufacturer’s original, unopened
package bearing names of products and manufacturer, project identification and
shipping and handling instructions.
B.
Store prefabricated booths on flat surfaces.
C.
Prefabricated booths will be protected before, during and after the installation, as per
manufacturer’s instructions, until installations are acceptable by the A/E or his Agent.
PROJECT CONDITIONS
A.
Do not install prefabricated booths over concrete slabs until concrete has cured and
is sufficiently dry to bond with adhesive.
B.
General Warranty: Special warranties specified in this section shall not deprive the
Jacksonville Port Authority of other rights Jacksonville Port Authority may have under
other provisions of the Contract Documents and shall be in addition to, and run
concurrent with, other warranties made by Proponent under requirements of the
Contract Documents.
1.
2.
3.
Warranty Period: Ten (10) years from date of Contract Completion.
Special Installer’s Warranty: Ten (10) years from date of substantial
completion. NDL (No Dollar Limit) during the warranty period for repair and
or replacement for all defects in materials and workmanship.
Special Anodized Aluminum Warranty: Five (5) year warranty on all anodized
aluminum surfaces (window frame and door) from oxidation.
“REVISED” Page 2 of 6
ATTACHMENT No. 03
101-3178-005
1.7
SYSTEM PERFORMANCE REQUIREMENTS
A.
Structural Performance: Provide building systems capable of withstanding the effects
of gravity loads and the following loads and stresses within limits and under
conditions indicated:
1. The following codes and publications, of the latest edition, govern this work
unless indicated or specified otherwise.
2.
3.
4.
5.
6.
7.
a. “Metal Building Systems Manual”: A publication of MBMA.
b. “Metal Finishes Manual or Architectural and Metal Products”: A
publication of NAAMM.
c. "Architectural Sheet Metal Manual”: A publication of SMACNA.
d. Florida Building Code.
i. All applicable components shall have appropriate Florida
Product Approval numbers.
Design Loads: As indicated in this Section.
Live Loads: The structure shall be designed to withstand a roof live load of 20
PSF and floor live load of 50 PSF in accordance with applicable code
requirements. In addition, the metal roof panel assembly needs to be able to
withstand a 380 pounds concentrated load induced by incidental foot traffic.
Wind Loads: Design wind loads shall be based on the following criteria: Vult
=130 mph, Vasd=101 mph, Risk Category II, Exposure C.
Collateral Loads: Include additional dead loads other than the weight of the
metal building system for permanent items such as electrical systems.
Minimum collateral load shall be 5 PSF vertically applied at the roof level.
Load Combinations: Per applicable codes.
Provide metal panel assemblies capable of withstanding the effects of loads
and stresses indicated, based on testing in accordance with ASTM E1592.
PART 2 - PRODUCTS
2.1 MANUFACTURERS
A.
Available Manufacturers: Basis of Design and Quality intended:
#9664SW and 9696SW. –sentence deleted per Addendum No. 02 1.
2.
3.
B.
Porta-King Model
– Deleted per Addendum No. 02 – Deleted per Addendum No. 02 – Deleted per Addendum No. 02 -
Provide all labor, equipment and materials to furnish and install prefabricated portable
anodized aluminum building(s) where shown on the drawings.
“REVISED” Page 3 of 6
Download