Spec125466Addendum2

advertisement
DECEMBER 15, 2014
ADDENDUM NO. 2
CHICAGO RIVERWALK LASALLE STREET TO LAKE STREET
CDOT PROJECT NO. E-0-621B
SPECIFICATION No. 125466
For which bids will be opened in the office of the Department of Procurement Services,
Room 301, Chicago, Illinois, 60602 on December 18, 2014 at 11:00 a.m. Central Time
NOTICE OF ADDENDUM
The following changes are hereby made in the Contract Documents.
I.
The bid opening date has been postponed from December 18, 2014 to January
8, 2015 at 11:00 a.m.
II.
The Bid & Bond Room is relocating to City Hall, Room 103, see the attached
notice.
III.
CONTRACTOR QUESTIONS:
Question 1:
The specifications list items 170 through 175 as Ductile Iron pipe for the Water Feature. The
sizes range from 12” down to 3”. What material spec is the underground piping less than 3”
diameter. Spec section 131000 lists copper, Stainless Steel, PVC, HDPE and Ductile iron.
Please direct what materials are to be used for water supply, water drain, water return.
Response 1:
Ductile Iron, CPVC or Stainless Steel shall be used for supply and return. Ductile Iron shall
be used for drain.
Question 2:
The note on drawing WF63 “Heat trace 12” returns with (2 circuits for short 11.3W/ft),
(3circuits for long 13.5 W/ft), Heat trace 10” supply (2 circuits, 13.5 W/ft) indicates that the
underground DI piping is to be heat traced. Please define the limits of this heat trace. Does
the heat trace continue onto the smaller diameter take off pipe segment from the 10” supply.
Response 2:
The 12" Returns and the 10" Supply for the Water Wall shall be heat traced. Any piping
associated with these two mains shall be heat traced, including the smaller diameter pipe
segments.
ADDENDUM No. 2
Specification 125466
1
DATE: 12/15/14
Question 3:
Items # 170 through 175 Water Feature Ductile Iron Piping 12” thru 3” indicates to include
and conform to spec section 220533- Heat Tracing for Plumbing Piping. Spec section
220533, Part 3 Execution, 3.1 installation A.,3.) install insulation over piping with electric
cables according to Division 22 section “plumbing insulation”. Is there an intention to
insulate all heat traced underground 12” return and 10” supply lines? If yes what material to
be installed?
Response 3:
Yes, the heat traced underground piping shall be insulated per Specification 220533.
Insulation shall conform to specification 220700 – Plumbing Insulation.
Question 4:
The time of completion and interim completion dates are shown on pages 12 & 13 of book
2. The time of completion is 464 cal days and the interim completion date is April 27, 2016.
Depending on the contract award time (30-90 days) the Interim completion date
of 4/27/16 may not be correct. Please clarify.
Response 4:
The paragraph on page 13 is changed to:
It is understood and agreed that TIME IS OF THE ESSENCE IN THIS CONTRACT, and the
Contractor agrees to begin actual work covered by this Contract after notification by the
Commissioner to commence work and to prosecute the same with all due diligence so as to
complete the entire work under the Contract within 464 calendar days. It is understood
that “Completion” will mean completion to the point of acceptance by the Commissioner, i.e.
substantial completion/beneficial occupancy.
Question 5:
Book 2 pages 14 through 16 reflect 15 contract milestone dates and their associated
liquidated damages. The liquidated damages are all $5,800 cal days. The liquidated
damage cost for submitting the CPM schedule is the same damage as the substantial
completion date or the final completion date. Please provide the breakdown of how the
liquidated damages were developed.
Response 5:
Liquidated damages are based on approved rates specified in the Illinois Department of
Transportation Standard Specifications for Road and Bridge Construction Section 108.09 for
contracts over $12,000,000 and have been approved by the Federal Highway
Administration.
Question 6:
ADDENDUM No. 2
Specification 125466
2
DATE: 12/15/14
Due to the complexity of this project, the specialized construction required, we would
request a bid date extension of 3 weeks.
Response 6:
Bid opening date has been changed to January 8, 2015.
Question 7:
If the quantities for these items will be zero because they are either eliminated or incidental
to other pay items why these items wouldn’t just be deleted?
Response 7:
These items will not be deleted prior to the bid opening as it would result in significant
renumbering of all Pay Items.
Question 8:
Drawing EP-02, EP-03: Are new branch circuit breakers required in existing meter centers
34MC1 and 47MC1, or will existing breakers be used to feed the new panels? Please
provide information on the manufacture, style of existing meter center 47MC1 & 34MC1 if
new branch breakers are required.
Response 8:
Existing meter centers 34MC1 and 47MC1 have branch circuit breakers. These shall be
used for feeding new panels.
Question 9:
There are several bid items which include the removal & disposal of unsuitable material.
Item 274 NON-SPECIAL, SPECIAL OR HAZARDOUS WASTE DISPOSAL, 1,742 CY does
not include a special provision or IDOT spec reference number. Please indicate whether or
not CDOT will be responsible for the transportation of all this material and sign the
transportation manifests for said material.
Response 9:
The Special Provision for Item 274 can be found on Page 243 of Book 3 – Volume 1 of 3,
Detailed Specifications. The Special Provision references Section 669 of the IDOT
Standard Specifications. Per the Special Provision and as noted on plan sheet 196 of 378
(SM00), hauling and proper disposal of material excavated for the drilled shafts determined
ADDENDUM No. 2
Specification 125466
3
DATE: 12/15/14
to be contaminated (non-special, special or hazardous) is included in the work and shall be
performed by the Contractor. Per Article 669.04 of the IDOT Standard specifications, the
Contractor is responsible for providing a State certified manifest to the Commissioner as
well as meeting other Contractor requirements.
Question 10:
Please provide us with access to the soils report as allowed in the drawing notes.
Response 10:
The geotechnical report is included as separate attachment to this clarification.
Question 11:
Please review the bid items for the referenced project: Item 293 – Obstruction Removal;
Item 486 – Obstruction Removal – Room 6 How are the bidders to bid these items? Since
the City is compensating the bidder for these line items by Force Account as stated above.
Response 11:
ITEM 293 – OBSTRUCTION REMOVAL and ITEM 486 – OBSTRUCTION REMOVAL –
ROOM 6 should be bid using a unit price of $1.00 per each.
Question 12:
Sheet 6S05 – Marine Structure Sections I (Room 6) shows only granular fill beneath the
finish grade at the Room 6 area. Please confirm that the new planter soil will be able to be
placed on top of the granular fill.
Response 12:
New planting soil shall be placed in Room 6 per details 1/6D05 and 2/6D05 and shall be
paid using Item 472 – PLANTER SOIL BLEND - ROOM 6.
Question 13:
Based on conversations with Universal Foam Products, the specified manufacture for the
Floating Garden Floats, could you please revisit the design and weight calculations to verify
that the system will support itself with the current design. Please confirm that we are to bid
the Floating Gardens as they are currently designed and shown.
Response 13:
Initial calculations have been performed by the design team to verify the system generally
meets the performance criteria defined in the Drawings and Specifications. Given that the
matrix system is self-supporting, the foam element has been designed to support the dead
ADDENDUM No. 2
Specification 125466
4
DATE: 12/15/14
load of the remainder of the system and the live loads defined in the specifications. Per
Specification 355100 1.3 B. and 355100 2.1, the final design of the floating garden system
is a Delegated Design to be performed by a qualified professional engineer. The bid shall
account for the requirements stipulated in the Drawings and Specifications.
Question 14:
How can there be two (2) mobilization bid items (please see the SP’s below)? When per
IDOT Standard Specification Section No. 671 (copy below) states “The amount which a
Contractor will receive payment for, according to the following schedule, will be limited to
six percent of the original contract amount.”
Since there is only one (1) original contract amount, there can be only one (1) mobilization
bid item. Reference Item 80 – CODE 67100100 – MOBILIZATION - ROOM 6 and Item 440
– CODE 67100100 – MOBILIZATION.
Response 14:
The sum of Item 80 - MOBILIZATION and Item 440 - MOBILIZATION - ROOM 6 shall
conform to IDOT Standard Specification Section No. 671 and shall not exceed six percent of
the original contract value.
Question 15:
Please see drawings SM-45 and LD-34. The details for the floating garden pylon are
different. The detail on sheet SM-45 shows the 10” dia. garden pile embedded in the 2’ dia.
pile to elev. -9. The detail shown on sheet LD-34 shows the garden pile attached to the top
of the 2’ dia. pile @ elev. -5. Please clarify.
Response 15:
SM-45 shall be used for the floating garden pylon embedment details and elevations.
Question 16:
Is the list of approved precast fabricators on Book 3 – Section 034500 – Precast
Architectural Concrete, Section 2.1 Fabricators complete?
Response 16:
Approved precasters are listed in Specification 034500 2.1. A - FABRICATORS. If the
contractor is to propose an alternate precast fabricator, they must meet the following
conditions:
1. Per specifications 034500 1.5 C., the material for the pavers and other precast elements
is precast concrete conforming to ACI 318 and PCI MNL 120.
ADDENDUM No. 2
Specification 125466
5
DATE: 12/15/14
2. Per specification 034500 1.5 B, the proposed alternate precaster shall be PCI Certified.
3. Precast concrete samples prepared by the proposed alternate precaster shall be
provided to the design team. The properties of the sample including, but not limited to color,
finish and aggregate size and color shall match the Project Precast Sample provided to the
contractor.
4. Product data as outlined in the specifications shall be provided to the design team for
review.
END OF ADDENDUM 2
ADDENDUM No. 2
Specification 125466
6
DATE: 12/15/14
Download