April 8, 2015 ADDENDUM NO. 2 FOR. Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO RFQ Number: 4722

Size: px
Start display at page:

Download "April 8, 2015 ADDENDUM NO. 2 FOR. Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO RFQ Number: 4722"

Transcription

1 April 8, 2015 ADDENDUM NO. 2 FOR Structural Bridge Repair at O Hare and Midway International Airports SPECIFICATION NO RFQ Number: 4722 For which Bids were due in the office of the Chief Procurement Officer, Department of Procurement Services, Bid & Bond Room 103, City Hall, 121 N. LaSalle Street, Chicago, IL at 11:00 a.m., Central Time on April 10, The following additions and revisions are incorporated into the above-referenced Specification (the "Contract Documents") as noted. All other provisions and requirements as originally set forth remain in full force and are binding. Any additional work required by this Addendum shall conform to the applicable provisions of the original Contract Documents. BIDDER MUST ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE PROPOSAL EXECUTION PAGE. SECTION 1. NOTICE OF REVISIONS/CHANGES/CLARIFICATIONS BID OPENING HAS BEEN POSTPONED TO APRIL 21, The Bid Opening Date has been postponed to April 21, For which Bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. LaSalle Street, Chicago, Illinois, 60602, at 11:00 a.m., Central Time. Questions/Changes Question 1: Schedule C 1 and D 1 documents say FOR NON-CONSTRUCTION PROJECTS ONLY. Is this correct? Addendum # Page 1 of 11

2 Response 1: Yes, the Schedule C 1 and Schedule D 1 documents are correct for this project Question 2: Response2: Question 3: Response 3: The Estimated Usage column is blank in the proposal pages. Please quantify. Existing proposal pages are deleted in their entirety and replaced with the amended Proposal Pages. (See Attachment A). Will a non-working safety representative be required anytime work is underway at the site? Yes a safety representative is required. The Commissioner has determined that the safety representative for this project is permitted to have other responsibilities. Question 4: Response 4: Will a full-time Contractor quality control representative be required anytime the Contractor is working? (Reference Article ) No, but testing and inspection requirements of the individual specifications must be met as a minimum. Question 5: Response 5: Article Overtime states (in part): Where practical, in the opinion of the Commissioner, work under this Contractor will be done during Normal Hours. Normal work hours, under this Contract, will be 06:00 hours Monday to hours 22:00 Saturday. No additional compensation will be provided for night work during this time. What is the approximate division of daytime (07:00 to 15:00) and nighttime work (22:00 to 06:00) during weekday work? (i.e. Monday through Friday.) The hours defined are considered normal working hours. There is no division provided for the daytime or nighttime work for this contract. Page is modified as follows. Delete in its entirety and replace with the following: Overtime Where practical, in the opinion of the Commissioner, work under this Contractor will be done during Normal Hours. Normal work hours, under this Contract, will be 0600 hours Monday to hours 2200 Saturday. The majority of this work will occur during night time hours defined as Sunday night thru Saturday morning. The typical shift is 2200 hours to 0600 hours. No additional compensation will be provided for night work during this time. Overtime hours, under this Contract, are defined as all work performed between 2200 hours on Saturday through 0600 hours on Monday, as well as 0600 hours on holidays until the following morning at 0600 hours. Any overtime work shall be by a specific order or orders and must be authorized by the Commissioner prior to the start of any work during overtime. Overtime compensation only applies to workers, labor, operating engineers and foreman in direct charge of the specific operations associated with the work, covered under Cook County Prevailing Wage listing in this Contract. Overtime shall be the premium cost, labeled as *M-F > 8, OSA and OSH on the Cook County Prevailing Wage table, that is above the Cook County base wage rate classification and paid under an Allowance set forth on line thirty-four (34) of the proposal pages. a. Overtime Labor Markup: For all hourly wage labor and hourly wage foremen in direct charge of the specific operations, the Contractor shall be entitled to receive the difference of actual straight time hourly wage rate from the overtime rate paid for every hour that said labor and foremen are actually Addendum # Page 2 of 11

3 engaged in such Work. No additional allowance or payment will be made for general superintendence. All indirect costs must be part of the overhead, including but not limited to supervision, engineering, safety, surveying, quality control, and other technical personnel and should be included in the line item unit price. b. No payment will be made for labor performed on overtime until the Contractor has furnished the Construction Manager with itemized statements of the labor cost as follows: 1) Name, classification, date, daily hours, total hours, rate and extension for each journey worker, apprentice and foreman. 2) Certified payrolls or certified copies thereof, pertinent to the Work for which payment is requested. The payroll records will contain the name, address and social security number of each employee, the employees correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid. The labor rates will be audited and corrected against the certified payrolls. Falsification of the certified payroll is an offense punishable by law. Question 6: Response 6: The Article Overtime definition conflicts with the Multi-Project Labor Agreement ( PLA ), Article says that overtime is defined as all work performed between 22:00 hours on Saturday through 06:00 hours on Monday, as well as 06:00 hours on holidays until the following morning at 06:00 hours. Cement Masons and Ironworkers will perform much work on this contract. The PLA has overtime rules that are different than those in Article For example, Cement Masons and Ironworkers are paid double-time between 16:00 and 07:00 the following day during weekday work (i.e. Monday through Friday). To ensure consistent rule interpretation, please confirm that the Commissioner will follow the PLA rules for overtime in Pay Item 33, as they apply to each trade. There is no division provided for the overtime work in this contract other than what was defined in Article The contractor should include the cost for overtime in the applicable unit price. Page is modified as follows. Delete in its entirety and replace with the following: Overtime Where practical, in the opinion of the Commissioner, work under this Contractor will be done during Normal Hours. Normal work hours, under this Contract, will be 0600 hours Monday to hours 2200 Saturday. The majority of this work will occur during night time hours defined as Sunday night thru Saturday morning. The typical shift is 2200 hours to 0600 hours. No additional compensation will be provided for night work during this time. Overtime hours, under this Contract, are defined as all work performed between 2200 hours on Saturday through 0600 hours on Monday, as well as 0600 hours on holidays until the following morning at 0600 hours. Any overtime work shall be by a specific order or orders and must be authorized by the Commissioner prior to the start of any work during overtime. Overtime compensation only applies to workers, labor, operating engineers and Addendum # Page 3 of 11

4 foreman in direct charge of the specific operations associated with the work, covered under Cook County Prevailing Wage listing in this Contract. Overtime shall be the premium cost, labeled as *M-F > 8, OSA and OSH on the Cook County Prevailing Wage table, that is above the Cook County base wage rate classification and paid under an Allowance set forth on line thirty-four (34) of the proposal pages. a. Overtime Labor Markup: For all hourly wage labor and hourly wage foremen in direct charge of the specific operations, the Contractor shall be entitled to receive the difference of actual straight time hourly wage rate from the overtime rate paid for every hour that said labor and foremen are actually engaged in such Work. No additional allowance or payment will be made for general superintendence. All indirect costs must be part of the overhead, including but not limited to supervision, engineering, safety, surveying, quality control, and other technical personnel and should be included in the line item unit price. b. No payment will be made for labor performed on overtime until the Contractor has furnished the Construction Manager with itemized statements of the labor cost as follows: 1) Name, classification, date, daily hours, total hours, rate and extension for each journey worker, apprentice and foreman. 2) Certified payrolls or certified copies thereof, pertinent to the Work for which payment is requested. The payroll records will contain the name, address and social security number of each employee, the employees correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid. The labor rates will be audited and corrected against the certified payrolls. Falsification of the certified payroll is an offense punishable by law. Question 7: Response 7: Question 8: Response 8: Question 9: Response 9 : For Pay Item 1, Traffic Control and Protection, with respect to lane closures, what is the approximate breakdown of the following: day versus night, per-shift versus semi-permanent, and number of lanes per closure? This breakdown is important since Specification says in part No separate payment will be made for the traffic control operations that are moving operations or 8 hours or less. There is no division provided for the daytime or nighttime work for this contract. Please reference Standard Specification for Road and Bridge Construction (SSRBC), latest edition for the detail defined in the specification for Pay Item 1, Traffic Control and Protection. Article Construction Methods for Traffic Control and Protection refers to a Traffic Control Plan. Please provide. Reference Section 702 of the IDOT Standard Specification for Road and Bridge Construction (SSRBC), latest edition. Article refers to Specification Item 30 Cribbing and Shoring as being incidental; however, the Article numbers in the Detailed Specifications do not reach 11. Furthermore, in the proposal pages, Item 30 refers to Steel Railing Replacement. Please clarify. Pages 74 and 75 are amended as follows: Article is deleted in its entirety and replaced with: Addendum # Page 4 of 11

5 Question 10: Response 10: Temporary Shoring Or Cribbing The PPC beams must be jacked from the bearing seat prior to the removal of deteriorated concrete since the concrete over the bearing plates is also deteriorated. The cost of temporary cribbing and shoring will not be paid separately, but will be included in the pay item PPC Beam Repair. The Contractor shall not proceed with any removal work until an appropriate and Commissioner approved support system is installed. Article (for example) refers to cathodic protection, but the bid documents include neither specifications nor drawings. Please provide. Page 74 is amended as follows: Article is deleted and replaced with the following: Materials All concrete materials shall conform to the requirements of Section 1020, Portland Cement Concrete and any related referenced Articles(s)/Section(s) of the SSRBC. Shop drawings shall be submitted for review and approval by the Commissioner. No material/component shall be installed in the field prior to approval by the Commissioner. Question 11: Response 11: Question 12: Response 12: Question 13: Response 13: Question 14: Section P 612 Elastomeric Concrete specification states in part: Only elastomeric concrete by the chosen preformed strip seal joint manufacturer from ITEM of these specifications shall be used. Shouldn t this be Item ? Page 199 is amended as follows: ACCEPTABLE MANUFACTURERS is deleted in its entirety and replaced with: ACCEPTABLE MANUFACTURERS Only elastomeric concrete by the chosen preformed strip seal joint manufacturer from ITEM of these specifications shall be used for replacement of the longitudinal strip seal expansion joint. Article Removal (Item 15 elastomeric concrete) instructs the Contractor to remove existing joints at the locations and to the limits shown on the Drawings. Surrounding concrete shall be removed to the limits shown on the Drawings and in accordance with Appendix B Section Concrete Removal. Please provide such Drawings, or quantify the extent of concrete removal for elastomeric concrete replacement. Page 87 is amended as follows: Article is deleted and replaced with the following revised article: Removal Existing joints shall be removed at the locations designated by the Commissioner. Surrounding concrete shall be removed to the limits in accordance with Appendix B, Section Concrete Removal of these Specifications. Article Concrete Reinforcement requires (among other things) that the Contractor survey embedded anchor bolts and submit a sealed engineering document that verifies their correct placement. Does that mean that anchor bolts will be paid as Concrete Reinforcement? No Article refers to Drawings. Where are they? Addendum # Page 5 of 11

6 Response 14: Page 93 is amended as follows: Article is deleted and replaced with the following revised article: Concrete Removal And Repair Concrete removal shall not commence until the repair areas have been approved by the Commissioner. Methods used for removing concrete and repairing with polymer modified Portland cement mortar to the limits as designated by the Commissioner shall be in accordance with Section and any applicable portions of IDOT GBSP 4 and any related referenced Article(s)/Section(s) of the SSRBC. Any damage to portions remaining in service shall be repaired by the Contractor to the satisfaction of the Commissioner at no additional cost to the City. Question 15: Is the coating (Article ) incidental to Items 23 and 24? Response 15: Question 16: Response 16: Question 17: Response 17: Question 18: Response 18: Question 19: Yes Will any work occur in the O Hare Airport Transit System (OATS) envelope, thus requiring railroad protective liability insurance? What is the frequency of train traffic should such insurance be necessary? What other requirements apply to work in the OATS envelope? Yes it will occur in the OATS envelope. Insurance section 7.1 is modified to add the following If any work is to be performed within fifty (50) feet of the right of way the Contractor must: 1. Provide Railroad Protective Liability Insurance policy in the amount of $5,000,000 per occurrence /$10,000,000 aggregate with CTA and O'Hare Airport Transit System as the named insured. An IDOT trained flagger should be employed to perform the flagging at this location. Work will be coordinated by Commissioner through CTA and ATS. No additional compensation to be provided. Article inadequately compensates the Contractor for missing bid items. For example, there is only a 5 percent markup for labor and material, and neither cost reimbursement nor markup for equipment. Please consider reimbursement for work under this pay item per the City of Chicago General Conditions, as modified from the Illinois Department of Transportation Force Account method of payment and in Article 5.8.3? No For Pay Items 19 21, Article Preparation of Surfaces Note A includes a table that identifies the appropriate steps for various conditions that require surface preparation. Please clarify how the contractor is to be paid on a per-gallon basis as specified for the bid unit of measure for the three categories of surface condition preparation 1) 75% intact 2) Less than 75% Intact 3) Brittle, Eroded, Rusting. Surface preparation is incidental to the pay item and will not be measured separately. Please include in your unit price. For Pay Items 19 21, Article Inspection, the Contractor must inspect proposed repair surfaces to identify the existing condition and moisture content, to measure suitability for the application of paint. Please clarify how the Contractor is to be paid on a per-gallon basis as specified under the bid unit of measure. How is the Contractor to be compensated for a mobilization to a proposed repair location if (for example) the surface moisture content is above the percentage allowed under the specification? Addendum # Page 6 of 11

7 Response 19: Question 20: Response 20: Question 21: Response 21: Question 22: Response 22: Question 23: Response 23: Question 24: Investigation of the site is incidental to the line item cost. Please include in your unit price. For Pay Item 22 Graffiti Removal, Section last paragraph states The cleaning of the graffiti image shall be feathered out by using light pressure at the end of the stroke to promote uniformity on the surrounding surface. In areas where graffiti is removed and the underlying paint is removed through this process, is the Contractor to include the cost of repainting within the graffiti removal bid unit or will this work be paid for under a separate line item? Please clarify. If the graffiti is removed and the underlying paint is removed in the process, the contractor should anticipate that any painting required would not be included in this line item. Rather it will be paid for the under applicable line items in this contract. There are no unit quantities on the unit price sheet, will you be providing estimated quantities? See revised Proposal Pages in Attachment A. Proposals pages are deleted in their entirety and replaced with revised Proposal Pages per Attachment A. Does the required safety person have to be a full time non-performing person for each task order? Yes a safety representative is required. The Commissioner has determined that the safety representative for this project is permitted to have other responsibilities. Can the project foreman be assigned as the safety representative? Yes a safety representative is required. The Commissioner has determined that the safety representative for this project is permitted to have other responsibilities. Will the P&P Bond for the full amount be held for the duration of the contract or will the contractor be providing individual P&P Bonds for each task order? Response 24: The performance bond in the amount of $6,100, is specified in Section 5.4 The Performance Bond is required and will be held for the duration of the contract. Question 25: Response 25: Question 26: Response 26: Question 27: Response 27: Will there be an opportunity to visit the proposed task order locations outlined on the key plan? No, a site visit will not be scheduled. Is the contractor responsible for any design or engineering in the performance of their work? The Technical Specifications for each line item identify whether or not there is a need for design or engineering and further identifies the method of measurement and basis of payment. The Contractor should review each item to determine if it is necessary and include it in the unit price for the specific work. IDOT and Tollway are now requiring Veteran Owned Small Business is there a requirement on this project? No Addendum # Page 7 of 11

8 Question 28: Response 28: Question 29: Response 29: Question 30: Response 30: Is all debris required to be disposed of off the airport property? How is CCDD testing verification compensated? 1) Yes. 2) CCDD testing will be performed by the Commissioner of the Chicago Department of Aviation. Are there unit price increase allowances during the first three years to account for significant cost changes that may occur with steel, concrete and fuel? No, per section 5.7 Price Adjustment, the prices set forth on the Proposal Pages of the Contract will remain in effect for the first thirty-sixth (36) months of the Contract term. Will contractor be able to coordinate escort for any special material or equipment delivery airside? Midway Yes all activity that will be performed airside will be Under Escort O Hare Yes, escorts will be provided at all times for work in non- movement areas. NON - MOVEMENT AREAS (O Hare Only)- Taxiways and apron (ramp) areas not under the control of air traffic control. Movement areas will be closed when work is performed and escorts will be provided as needed. MOVEMENT AREA (O Hare Only) - The runways, taxiways, and other areas of an airport/heliport which are utilized for taxiing/hover taxiing, air taxiing, takeoff, and landing of aircraft, exclusive of loading ramps and parking areas. At those airports/heliports with a tower, specific approval for entry onto the movement area must be obtained from ATC. Question 31: Response 31: Question 32: Response 32: Will the contractor be provided any storage space for material or equipment on the airport? Yes, as determined by the Commissioner Because access may vary at different locations, what type of scaffold or lifts can be or will be allowed to be used to access underside of bridges and where it s directly over the Airport Transit System, and, how will be compensated? Both scaffolding and mechanical lifts are allowable and will be determined by the Contractors means and methods. A work plan for these areas will need to be submitted to the Commissioner prior to work commencing for approval. Work will be coordinated by Commissioner through CTA and ATS. Question 33: No additional compensation to be provided for the required scaffold or lifts and should be included in the unit price for this work. How are the tracks to be protected when working above the ATS? Addendum # Page 8 of 11

9 Response 33: Question 34: Response 34: Question 35: Response 35: Question 36: Response 36: The tracks are to be protected from falling debris via use of suspended canopies. Work will be coordinated by Commissioner through CTA and ATS. No additional compensation to be provided. If protective shielding is required for full depth deck repairs, how is it compensated? Any and all protection is incidental to the cost of the work. No additional compensation will be paid. What type of flagging is required when working adjacent to ATS and who pays for this? An IDOT trained flagger should be employed to perform the flagging at this location. Work will be coordinated by Commissioner through CTA and ATS. No additional compensation to be provided. Normal hours of operation for this contract are defined as 6 AM 10 PM, Monday through Saturday. Please clarify how much of the work is anticipated to be performed during the 3PM 10PM shift. The hours defined are considered normal working hours. There is no division provided for the daytime or nighttime work for this contract. Page is modified as follows. Delete in its entirety and replace with the following: Overtime Where practical, in the opinion of the Commissioner, work under this Contractor will be done during Normal Hours. Normal work hours, under this Contract, will be 0600 hours Monday to hours 2200 Saturday. The majority of this work will occur during night time hours defined as Sunday night thru Saturday morning. The typical shift is 2200 hours to 0600 hours. No additional compensation will be provided for night work during this time. Overtime hours, under this Contract, are defined as all work performed between 2200 hours on Saturday through 0600 hours on Monday, as well as 0600 hours on holidays until the following morning at 0600 hours. Any overtime work shall be by a specific order or orders and must be authorized by the Commissioner prior to the start of any work during overtime. Overtime compensation only applies to workers, labor, operating engineers and foreman in direct charge of the specific operations associated with the work, covered under Cook County Prevailing Wage listing in this Contract. Overtime shall be the premium cost, labeled as *M-F > 8, OSA and OSH on the Cook County Prevailing Wage table, that is above the Cook County base wage rate classification and paid under an Allowance set forth on line thirty-four (34) of the proposal pages. a. Overtime Labor Markup: For all hourly wage labor and hourly wage foremen in direct charge of the specific operations, the Contractor shall be entitled to receive the difference of actual straight time hourly wage rate from the overtime rate paid for every hour that said labor and foremen are actually engaged in such Work. No additional allowance or payment will be made for general superintendence. All indirect costs must be part of the overhead, including but not limited to supervision, engineering, safety, surveying, quality control, and other technical personnel and should be included in the line item unit price. b. No payment will be made for labor performed on overtime until the Contractor has furnished the Construction Manager with itemized statements of the labor cost as follows: Addendum # Page 9 of 11

10 1) Name, classification, date, daily hours, total hours, rate and extension for each journey worker, apprentice and foreman. 2) Certified payrolls or certified copies thereof, pertinent to the Work for which payment is requested. The payroll records will contain the name, address and social security number of each employee, the employees correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid. The labor rates will be audited and corrected against the certified payrolls. Falsification of the certified payroll is an offense punishable by law. Question 37: Response 37: Question 38: Response 38: Do any of the existing paint surfaces contain lead? Not anticipated. Testing & Remediation will be performed by the Commissioner. Is there any asbestos/friable materials to consider for the demolition scopes? Not anticipated. Testing & Remediation will be performed by the Commissioner. Question 39: Please define sizes of joint replacement materials in the respective line items. Response 39: See IDOT detail attached. (Attachment B - Bridge Manual Page 3-284). Question 40: Please differentiate between the fiber wrap applications for line items 23 and 24. Response 40: Question 41: Response 41: Question 42: Response 42: Question 43: Response 44: As defined in the description of the line item and within the specification for this work, Line Item 23 is a replacement of the Fiber Wrap in kind and Line item 24 is the repair to existing Fiber Wrap Please advise if any of the painting scope requires the Contractor to be SSPC-QP1 and QP2 certified as identified by IDOT. No. The requirements of all work force are defined within this contract. For the painting scope will the structures need to be contained for protection? Yes. The Contractor must protect the surrounding area and any traveling pedestrians or vehicles from debris and /or potential paint splatter. Specification , Order of Precedence bullet 5 states Standard Specifications or terms of the City, State, or Federal Government. Much of the Contract reference IDOT SSRBC for Contract and Construction. Should these categories have their own order of precedence? Although the contract references other agencies for the technical specifications, this is a City Contract and the order of precedence provided, on page 17, in Section of the bid documents, is sufficient. Question 45: Please clarify the Performance and Payment Bond amount in Article 5.4 page 58. Response 45: Page 58 is amended as follows: Article 5.4. is deleted and replaced with the following revised article: Addendum # Page 10 of 11

11 Question 46: Response 46: 5.4 Performance Bond A Performance and Payment Bond is required for this contract. The successful Bidder or Bidders must, within seven (7) calendar days of receipt of written notice from the City, furnish a Performance and Payment Bond in the amount of $6,100, The Bond must be on the Contractor s Performance and Payment Bond form, a specimen which is attached as Exhibit 2, issued by a surety that is satisfactory to the CPO and the City Comptroller, and comply with the provisions of 30 ILCS 550/1 et seq. and MCC Section Item #18 however, appears to describe a very specific use for FRP. While the specification describes the required strength for the FRP, it does not describe how it is to be placed, how many layers are to be applied or the geometry of each Cantilevered Bearing Seat. This item is to be paid per each. I don t know if this requires 5 SF or 100 SF of FRP. Is there a standard detail that is associated with Item #18? Page 94 is amended as follows: Basis Of Payment Payment for Cantilevered Bearing Seat Repair will be made at the contract unit price per square foot completed and accepted by the Commissioner. The price will be full compensation for furnishing all materials, for all preparation, and for all labor, equipment, tools and all work necessary to complete the item. Payment will be made under: Question 47: Response 47: ITEM 18 Cantilevered Bearing Seat Repair, per square foot Please provide input as to which quantities will be air side and at which location. The breakdown between air and land side or specific locations for work is unknown at this time. As this contract is a term contract it is being put in place to address issues as they come up during the term of the contract. Addendum # Page 11 of 11

12

13

14

15

16

17

18 Bridge Manual Section 3 - Design Figure Page Jan. 2012