CONCOURSE B FIRE ALARM REPLACEMENT CONTRACT NO ADDENDUM NUMBER TWO

Size: px
Start display at page:

Download "CONCOURSE B FIRE ALARM REPLACEMENT CONTRACT NO ADDENDUM NUMBER TWO"

Transcription

1 January 28, 2016 CONCOURSE B FIRE ALARM REPLACEMENT CONTRACT NO ADDENDUM NUMBER TWO This Addendum Number Two supersedes and/or supplements all portions of the Contract Documents with which it conflicts. Bidders must acknowledge receipt of this addendum on page B-1 of the Bid Forms. Tracy LaForest Project Manager Airport Infrastructure Management (AIM)

2 D E N V E R I N T E R N A T I O N A L A I R P O R T CONCURSE B FIRE ALARM REPLACEMENT CONTRACT NO ADDENDUM NUMBER TWO Scope of this Addendum Addendum Number Two includes modifications to the following Contract Documents issued January 13, These modifications are deemed necessary by the City and County of Denver. PART ONE, VOL. 1 - CONTRACT DOCUMENTS 1. INSTRUCTIONS TO BIDDERS: IB-3; COMPLETING AND SIGNING OF BID FORMS; Remove the following paragraph: Each bid shall include an allowance of $50, for contracting elevator work during the scope of work described herin. Each bid shall include an allowance of $100, for excel vaults during the scope of work described herin. The allowance shall be clearly stated in the bid as a separate time and materials line item. Any allowance amount not used will be returned in full to the City. IB-9; BASIS FOR SELECTING THE APPARENT LOW BIDDER; Please replace entire paragraph with the following paragraph: The selection of the Apparent Low Bidder will be made on the basis of the lowest responsive bid by a qualified bidder whose bid complies with all of the requirements prescribed herein. The lowest bidder shall be determined by the Total Base Contract Bid Amount. Alternatives may be accepted in the order listed until the Construction Budget is reached. This selection shall be subject to the approval of such resulting contract in accordance with the Charter and ordinances of the City and County of Denver.

3 2. BID LETTER; Please replace the BID LETTER with the attached revised BID LETTER. 3. PREVAILING WAGE SCHEDULE; BUILDING CONSTRUCTION PROJECTS; dated Friday, December 25, 2015; REPLACE with revised attached BUILDING CONSTRUCTION PROJECTS; dated Friday, January 15, Insurance Certificate or Requirements page from addendum one REPLACE with the revised attached Insurance Certificate or Requirements page. It includes a revised link to the Rolling Owner Controlled Insurance Program Manual dated May 11, 2015; V7. VOL. 2; DIVISION 2 TECHNICAL SPECIFICATIONS 1. Please add the following paragraph to; Division 28; Section : K. Linear Heat Detection; Contractor shall breakout price, as a separate line item for the installation of the linear heat detection in all Xcel Vaults in Concourse B as defined on Sheets FA-CCB , FA-CCB , FA-CCB VOL. 3 - CONTRACT DRAWINGS 1. Please add to Contract Drawings: FZX-22PA Pre-Action Conversion to Wet Sprinkler; Scope of Work and Drawings attached.

4 DENVER INTERNATIONAL AIRPORT BID FORMS CONTRACT NAME: CONCOURSE B FIRE ALARM REPLACEMENT Contract No.: BIDDER Bid Letter Chief Executive Officer City and County of Denver Business Management Services (Procurement) Office Airport Office Building, Room 8810 Denver International Airport 8500 Peña Boulevard Denver, Colorado This letter is in response to the Notice of Invitation for Bids first published on January 13, 2016 for Contract No , Denver International Airport, CONCOURSE B FIRE ALARM REPLACEMENT. This contract is for: The Concourse B Fire Alarm Replacement Scope of Work includes replacement of the fire alarm devices that will be provided to the Contractor by the City/County of Denver, wiring, accessories and migration of the fire alarm system from EST to SimplexGrinnell as described in the Specifications. Fire alarm coverage must be maintained throughout the project. Migration procedures, sequences, and timetable are critical. The SimplexGrinnell fire alarm panels and network are already in place under other contracts. SimplexGrinnell equipment, engineering, shop drawings, and programming; as well as, EST deprogramming are prepurchased equipment and serviced by DEN which will be provided to the contractor. The undersigned Bidder declares that it has carefully examined the location of the proposed work and has carefully read and examined all of the Contract Documents which include, but are not limited to, the Contract Drawings, Technical Specifications, Construction Contract General Conditions, Special Conditions, Instruction to Bidders, and EEO provisions, and hereby proposes to furnish all labor, materials, equipment, tools, transportation and services, and to discharge all duties and obligations necessary and required to perform and complete the Work as required in the Contract Documents which are provided herewith and by this reference made a part hereof for the prices shown in the bid forms. In accordance with Section 4.4 of Ex. Q, Contractor further warrants that the Costs for insurance as provided under the ROCIP were not included in Contractor s bid or proposal for the Work, the Contract Price/Contract Sum, and will not be included in any change order or any request for payment for the Work or extra work.

5 ADD ALTERNATE #1: Provide lump sum cost for: Division 28; Section : K. Linear Heat Detection; Contractor shall breakout price, as a separate line item for the installation of the linear heat detection in all Xcel Vaults in Concourse B as defined on Sheets FA-CCB , FA-CCB , FA-CCB Base Contract Bid Amount: Dollars and Cents ($ ). ADD Alternate 1 Bid Amount: Dollars and Cents ($ ). The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents: Addenda Nos.: The undersigned agrees that this bid is a firm offer to the City to perform and complete the Contract described above which cannot be withdrawn for one hundred twenty (120) calendar days after the bids are opened or until after a contract for the work described in these bid documents is fully executed by the City, whichever date is earlier. The undersigned Bidder hereby agrees to appear at Denver International Airport, Business Management Services Office, Room 8810, Airport Office Building, at any time within five (5) working days from the date of a written notice from the CEO to do so, mailed, ed, or faxed to the business address of Bidder and at that time the Bidder shall: (1) deliver an executed Contract which conforms with this bid; (2) furnish the required performance and payment bonds in the sum of the Total Contract Bid Amount shown above, executed by a surety company acceptable to the CEO; and (3) furnish the required insurance documents. Enclosed herewith is a bid guarantee, as defined in the Instructions to Bidders, in the amount of which bid guarantee the undersigned Bidder agrees is to be paid to and become the property of the City as liquidated damages should the bid be considered to be the best by the City and the undersigned Bidder notified that it is the apparent low bidder and it fails to enter into contract in the form prescribed and to furnish the required performance and payment bonds and evidences of insurance within seven (7) working days as stipulated above. Attached and incorporated herein are the proposed Schedule of Prices and Quantities and Bid Data Forms. All of the forms must be completed. Bidder acknowledges that the City may incorporate, at its option, any or all of the data submitted by the Bidder into a contract arising out of this Bid.

6 The undersigned Bidder acknowledges the right of the City to waive informalities in the bids, to reject any or all bids submitted, and to re-advertise for bids. The undersigned certifies that it has examined and is fully familiar with all of the provisions of the Contract Documents and is satisfied that they are accurate; that it has carefully checked all words and figures and all statements made in these Bid forms; and that it has satisfied itself with respect to the actual site conditions and the nature and location of the Work, the general and local conditions which may be encountered in the performance of the Work, and other matters which in any way affect the Work or the cost thereof. [CERTIFICATION AND SIGNATURE ON FOLLOWING PAGES]

7 INSURANCE CERTIFICATE OR REQUIREMENTS The insurance requirements which apply to this contract are contained in the pages immediately following this page which include the following attachments: 1. Exhibit Q, Owner Controlled Insurance Program (ROCIP) The following link contains important information to ensure that all costs are captured within your bid proposal. 2. Safety Manual, Owner-Controlled Insurance Program (ROCIP) These pages are not included in the page numbering of this contract document.

8 Office of Human Resources Denver s Human Resource Agency 201 W. Colfax, Department 412 Denver, CO p: f: TO: FROM: All Users of the City of Denver Prevailing Wage Schedules Alena Duran, Associate Human Resources Professional DATE: Tuesday, January 26, 2016 SUBJECT: Latest Change to Prevailing Wage Schedules Please be advised, prevailing wage rates for some building, heavy, and highway construction trades have not been updated by the United States Department of Labor (DOL) since March 1, The Career Service Board, in their meeting held on April 21, 2011, approved the use of the attached supplemental wage rates until prevailing wage rates for these classifications of work are again published by the United States Department of Labor. The attached Prevailing Wage Schedule is effective as of Friday January 15, 2016 and applies to the City and County of Denver for BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) in accordance with the Denver Revised Municipal Code, Section 20-76(c). General Wage Decision No. CO Superseded General Decision No. CO Modification No.1 Publication Date: 01/15/2016 (4 pages) Unless otherwise specified in this document, apprentices shall be permitted only if they are employed pursuant to, and individually registered in, a bona fide apprenticeship program registered with the U.S. Department of Labor (DOL). The employer and the individual apprentice must be registered in a program, which has received prior approval, by the DOL. Any employer, who employs an apprentice and is found to be in violation of this provision, shall be required to pay said apprentice the full journeyman scale. For questions call (720) Attachments as listed above.

9 General Decision Number: CO /15/2016 CO30 Superseded General Decision Number: CO State: Colorado Construction Type: Building County: Denver County in Colorado. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/08/ /15/2016 ASBE /01/2012 ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ CARP /01/2015 CARPENTER (Drywall Hanging Only)...$ CARP /01/2015 MILLWRIGHT...$ ELEC /01/2015 1

10 ELECTRICIAN (Includes Low Voltage Wiring)...$ * ELEV /01/2016 ELEVATOR MECHANIC...$ a+b FOOTNOTE: a.vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourly rate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. ENGI /23/2013 POWER EQUIPMENT OPERATOR (Crane) 141 tons and over...$ tons and under...$ to 90 tons...$ to 140 tons...$ IRON /01/2015 IRONWORKER, ORNAMENTAL...$ IRON /01/2015 IRONWORKER, STRUCTURAL...$ PAIN /01/2015 PAINTER (Brush, Roller and Spray; Excludes Drywall Finishing/Taping)...$ PAIN /01/2015 DRYWALL FINISHER/TAPER...$ PAIN /01/2015 2

11 SOFT FLOOR LAYER (Vinyl and Carpet)...$ PAIN /01/2015 GLAZIER...$ PLUM /01/2015 PLUMBER (Excludes HVAC Duct, Pipe and Unit Installation)...$ PLUM /01/2015 PIPEFITTER (Includes HVAC Pipe and Unit Installation; Excludes HVAC Duct Installation)...$ SFCO /01/2015 SPRINKLER FITTER (Fire Sprinklers)...$ SHEE /01/2015 SHEET METAL WORKER (Includes HVAC Duct Installation; Excludes HVAC Pipe and Unit Installation)...$ SUCO /31/2015 BRICKLAYER...$ CARPENTER (Acoustical Ceiling Installation Only)...$ CARPENTER (Metal Stud Installation Only)...$ CARPENTER, Excludes 3

12 Acoustical Ceiling Installation, Drywall Hanging, and Metal Stud Installation...$ CEMENT MASON/CONCRETE FINISHER...$ LABORER: Common or General...$ LABORER: Mason Tender - Brick...$ LABORER: Mason Tender - Cement/Concrete...$ LABORER: Pipelayer...$ OPERATOR: Backhoe/Excavator/Trackhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Grader/Blade...$ ROOFER...$ TRUCK DRIVER: Dump Truck...$ WATERPROOFER...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. General Decision Number: CO /15/2016 CO30 Superseded General Decision Number: CO State: Colorado Construction Type: Building County: Denver County in Colorado. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available 4

13 at Modification Number Publication Date 0 01/08/ /15/2016 ASBE /01/2012 ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ CARP /01/2015 CARPENTER (Drywall Hanging Only)...$ CARP /01/2015 MILLWRIGHT...$ ELEC /01/2015 ELECTRICIAN (Includes Low Voltage Wiring)...$ * ELEV /01/2016 ELEVATOR MECHANIC...$ a+b FOOTNOTE: a.vacation: 6%/under 5 years based on regular hourly rate for all hours worked. 8%/over 5 years based on regular hourly rate for all hours worked. b. PAID HOLIDAYS: New Year's Day; Memorial Day; Independence Day; Labor Day; Veterans' Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. ENGI /23/2013 POWER EQUIPMENT OPERATOR (Crane) 5

14 141 tons and over...$ tons and under...$ to 90 tons...$ to 140 tons...$ IRON /01/2015 IRONWORKER, ORNAMENTAL...$ IRON /01/2015 IRONWORKER, STRUCTURAL...$ PAIN /01/2015 PAINTER (Brush, Roller and Spray; Excludes Drywall Finishing/Taping)...$ PAIN /01/2015 DRYWALL FINISHER/TAPER...$ PAIN /01/2015 SOFT FLOOR LAYER (Vinyl and Carpet)...$ PAIN /01/2015 GLAZIER...$ PLUM /01/2015 PLUMBER (Excludes HVAC Duct, Pipe and Unit Installation)...$ PLUM /01/2015 PIPEFITTER (Includes HVAC Pipe and Unit Installation; 6

15 Excludes HVAC Duct Installation)...$ SFCO /01/2015 SPRINKLER FITTER (Fire Sprinklers)...$ SHEE /01/2015 SHEET METAL WORKER (Includes HVAC Duct Installation; Excludes HVAC Pipe and Unit Installation)...$ SUCO /31/2015 BRICKLAYER...$ CARPENTER (Acoustical Ceiling Installation Only)...$ CARPENTER (Metal Stud Installation Only)...$ CARPENTER, Excludes Acoustical Ceiling Installation, Drywall Hanging, and Metal Stud Installation...$ CEMENT MASON/CONCRETE FINISHER...$ LABORER: Common or General...$ LABORER: Mason Tender - Brick...$ LABORER: Mason Tender - Cement/Concrete...$ LABORER: Pipelayer...$ OPERATOR: Backhoe/Excavator/Trackhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Grader/Blade...$ ROOFER...$

16 TRUCK DRIVER: Dump Truck...$ WATERPROOFER...$ WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. 8

17 Office of Human Resources Supplemental rates (Specific to the Denver projects) Supp #101, Date: Classification Base Fringe Boilermakers $30.97 $21.45 Iron Worker, Reinforcing $18.49 $3.87 Paper Hanger $20.15 $6.91 Power Equipment Operators (Concrete Mixers): Less than 1 yd $23.67 $ yd and over $23.82 $10.68 Drillers $23.97 $10.70 Loaders over 6 cu yd $23.82 $10.68 Oilers $22.97 $10.70 Plasters $24.60 $12.11 Plaster Tenders $ Laborers: Concrete Saw $ Tile Setter-Tile Finisher-Floor $20.24 $8.14 Grinder-Base Grinder Power Equipment Operators: Loader up to and incl 6 cu yd $23.67 $10.67 Motor Grader $23.97 $10.70 Roller $23.67 $10.67 Truck Drivers Flatbed $19.14 $10.07 Semi $19.48 $10.11 Caulkers Receive rate prescribed for craft performing operation to which caulking is incidental.i.e. glazier, painter, brick layer, cement mason. Use the Carpenters, Excludes Acoustical Ceiling Installation, Drywall Hanging, and Metal Stud Installation rates published by the Federal Davis-Bacon rates for batt insulation, pre-stress concrete and tilt up concrete walls. Use the Laborer Common, for General Housekeeping, Demolition, Final Cleanup and Indoor Fence Installer. Cleanup incidental to the craft performing work can t be classified as Laborer-Common. See Denver City Auditor s Office Prevailing Wage Clarification of Determinations 2015 Prevailing Wage Section Clarification of Determinations for list of complete classification uses at Denvergov.org/Auditor. 9

18 FZX-22PA Pre-Action Conversion to Wet Sprinkler The selected Contractor is responsible for the following fire sprinkler scope of work detailed below. The Contractor is responsible for selecting a licensed and DEN-badged fire sprinkler subcontractor and shall include all expenses necessary to complete the scope of work in their bid. Scope of Work An existing pre-action dry pipe sprinkler system, FZX-22PA, protecting a small area in Concourse B, Level 1, Center Core Southeast, shall be converted to a wet pipe sprinkler system as described below and as directed by the Owner s representative. The sprinkler system shall be combined with the adjacent sprinkler zone FZ-22S. A section of piping including the riser for FZ-22S shall be increased from 2 1/2 to 3 inch to accommodate the larger pipe size and combined sprinkler zone. Fire alarm sheet FA-CCB shows the area of coverage for FZX-22PA and FZ-22S, as well as the riser and valve location. Demolition Work for FZ-22S Remove FZ-22S riser including butterfly valve, water flow switch, tamper switch, and drain valve. Contractor may reuse the pressure gauge and drain valve, return remaining equipment to Owner (See Figure 1). Remove approximately 5-10 feet of 2 ½ horizontal pipe extending from the FZ-22S riser. Installation Work for FZ-22S Cap off existing 2 ½ connection at 6 main (See Figure 1). Provide and install new 3 riser with all necessary components including new monitored butterfly control valve and new flow switch and tie into existing 6 main (See Figure 1). Provide approximately 5-10 feet of 3 horizontal pipe to replace demolished 2 ½ pipe. Provide and install reducer to connect 3 riser and horizontal pipe to existing 2 1/2 piping network for FZ-22S. Demolition Work for FZX-22PA Contractor shall remove the FZX-22PA pre-action assembly including the check valve, deluge valve, butterfly valve, tamper, water flow, drainage and associated compressor and return removed equipment to owner. The existing header drain upstream of existing FZX-22PA control valve shall remain. Disconnect FZX-22PA connection from 6 main and remove all necessary pipe and fittings to facilitate a new tie-in to the FZ-22S, 3 horizontal pipe (See Figure 2). Cap connection to 6 main. Installation Work for FZX-22PA Provide and install all necessary piping and fittings to tie-in existing FZX-22PA piping network to new 3 FZ-22S horizontal piping. Provide and install new piping and required fittings from the top of the removed FZX- 22PA pre-action assembly to bottom of removed butterfly valve

19 Figure 1 DEMO EXISTING 2 1/2 RISER, PIPE, AND FITINGS. NEW 3 FZ-22S RISER CONNECTION DEMO EXISTING FZ-22S CONNECTION AND CAP

20 Figure 2 DEMO PIPE AND FITTINGS DEMO FZX-22PA CONNECTION TO MAIN AND CAP