ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

Size: px
Start display at page:

Download "ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT"

Transcription

1 ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT Effective September 6, 2018, Addendum No. 3 (THREE), {Pages 1-7 and the applicable attachment(s)}, is associated with the Request for Proposals (RFP) seeking responses from qualified firms to provide all labor, materials, equipment, vehicles and all necessary appurtenances and incidental work to complete 1. Building 1610: a. One new 2% high expansion foam system within the hangar bay area b. New overhead closed head wet sprinkler system c. New flame detection system for foam system d. New Gas heaters and piping to maintain required temperature e. New electrical circuit to detection panels f. Remove the existing trench drain located in front of hangar bay door and construct a new trench drain at the hangar door to connected to new 25,000-gallon oil separator 2. Building 1612: a. One new 2 % high expansion foam system within the hangar bay area b. Modifications to the existing closed head wet sprinkler system to accommodate relocated rise room c. New flame detection system for the foam system release d. New gas fired heaters to maintain required temperatures e. New electrical circuit to new alarm and detection system f. Strengthen of the existing roof truss diagonal members Hangar 1610/1612 Retrofit Addendum No. 3 1 P a g e

2 g. Removal all existing roof systems, repair wood deck as needed, and installation of a new modified bitumen roof. h. Remove the existing drench drains located in front of hangar door and construct a new trench drain at the hangar doors connected to new 25,000-gallon oil separator i. New Trench drain at the hangar doors connected to new 25,000-gallon oil separator 3. New Pump House a. New 1200 square foot C.M.U pump house to house three fire pumps and appurtenances b. Closed head wet sprinkler system c. Gas fired heaters and piping to provide required temperature 4. Associated Work a. Demolition of existing guard shack and reconnection of any communication lines for security and access gate operations b. Improvement and possible relocation of existing airfield security fencing. c. One new fire hydrant to the north of Building 1610 d. Two fire protection water storage tanks with connections to municipal water supply. Each tank to store 111,000 gallons on concrete engineered slabs e. New metal fence/concrete column screen wall around water storage tanks f. New fire line from the City tap to fire pumps g. New fire department free standing Fire Department connection h. New foam concentrates storage tanks within each building i. New discharge piping and equipment from the pump house to riser rooms in each hangar and interior renovations at each hangar as required for the installation of the equipment. 5. DATE OF COMPLETION The completion of all work is essential to the Funding of the Project. All work must be completed and operational by January 1, Hangar 1610/1612 Retrofit Addendum No. 3 2 P a g e

3 This addendum is hereby made part of the solicitation documents to the same extent as though it were an originally included item therein. This addendum shall take precedence over the RFP document(s) originally provided, where its provisions apply. The purpose of this addendum is to provide deletions, insertions, clarifications, corrections, extensions, and omissions pertaining to Contract and Technical clarifications as follows: Addendum No. 3 and the applicable attachments may be examined without charge in hard copy format at: the Port Authority s Contracting Office, 907 Billy Mitchell Boulevard, San Antonio THE RESPONSE DEADLINE IS HEREBY REVISED TO PRIOR TO 2:00 PM CST, SEPTEMBER 13, (ONE) Response must be submitted electronically to: contractinginfo@portsanantonio.us A total of 3 (THREE) hard copies, EACH labeled as COPY must be submitted. The mailing/delivery address is as follows: Attn: Wyndie Applewhite Hangar 1610/1612 Fire Suppression Retrofit Port Authority of San Antonio 907 Billy Mitchell Boulevard San Antonio, Texas Deadline for inquiries/questions is revised to Prior to 4:00 PM CST, September 3, Responses to inquiries/questions and additional clarifications will be included in an Addendum Document to be issued prior to 4:00 PM CST, September 7, Attachments: Exhibit A Revised Pricing Schedule Hangar 1610/1612 Retrofit Addendum No. 3 3 P a g e

4 Questions/Responses Q1. If it is cost effective, can we remove the concrete aprons expansion joint to expansion joint? This would eliminate the need to dowel in which is labor intensive. A1. No. Q2. Please provide a detail for the 3 Fire Department Connections on page C3.00. Are they elevated in a concrete platform, or they at ground level, with concrete platform? A2. Refer to Sheet FP401, Detail 2 for the detail requested. The FDC is free-standing at grade level, accessible on the street-side of the perimeter fence. Q3. Both Bldg 1612 & 1610 have fire lines being constructed. Do these lines connect to the building underground below the concrete floor (which requires removal and replacement of the concrete) or do the lines enter from outside through the walls? A.3 The lines are from the outside through the walls. Lines exposed to exterior conditions require pipe stands, insulation and jacketing, as specified. Q4. On Sheet C3.01 we are constructing a new manhole. What size and what kind of pipe are we connecting into? A4. Refer to sheets C3.00, C3.10 and C3.11 for manhole detail and proposed size of lines. Q5. Does the new and existing sewer manholes need to be coated on the inside, (as required by SAWS)? A5. Yes. Q6. What type of pipe are the existing water lines we are connecting into? A6. Cast Iron. Q7. If it is cost effective, can we remove the concrete aprons expansion joint to expansion joint? This would eliminate the need to dowel in which is labor intensive. Also, this would present a better product. (Our Option) A7. No. Q8. On Sheet 3.01 there is a note (Bottom of page) that states the Oil/Water separator is by others. Who is installing that? A8. The oil/water separator is to be provided and installed as part of this project. The same note refers to the Fuel System plans for details on the scope. Q9. I did not find a Detail for the 3 FDC s. Are they elevated in a concrete platform, or they at ground level, with concrete platform? See Sheet FP401, Detail 2. The FDC connection includes three 5 Storz connections, as approved by the San Antonio Fire Department (SAFD), on a common manifold mounted Hangar 1610/1612 Retrofit Addendum No. 3 4 P a g e

5 on a pedestal (spool) above grade. The FDC manifold is located on the island separating Frank Luke Dr. from the parking lot. FDC height shall be as approved by the SAFD. Q10. Both Bldg 1612 & 1610 have fire lines being constructed. Do we bust out the concrete floor to enter or do we enter from outside thru the walls? The concrete floor is not to be disturbed. The pipes are to enter the building through the exterior walls. The lines are from the outside through the walls. Lines exposed to exterior conditions require pipe stands, insulation and jacketing, as specified. Q11. On Sheet 3.01 we are constructing a new manhole. What size and what kind of pipe are we connecting into? A11. Refer to sheets C3.00, C3.10 and C3.11 for manhole detail and proposed size of lines. Q12. Does the new and any existing sewer manholes need to be coated on the inside, (as required by SAWS)? A12. Yes. Q13. What type of pipe are the existing water lines we are connecting into? A13. Cast Iron. Q14. Can the experience of a subcontractor be used in addition to the experience of the GC for qualification purposes? A14. Yes. Q15. Who will be responsible for the disposal of any hazardous material (i.e. soil, paint, asbestos, etc)? A15. Port San Antonio has verified with our consultants that hazardous materials will not be encountered. Removal of hazardous material if encountered will be the responsibility of Port San Antonio. Q16. Spec section 1.1 Q.3 states that 1305 gallons of foam is required for EACH hangar. Hangars are two vastly different sizes and quantity is significantly higher than what is typically required. Please confirm size listed as being what is wanted and/or required. A16. The foam concentrate tanks may be sized smaller than indicated on the Contract Documents based upon the foam concentrate duration of 15 minutes. The sizes indicated currently were calculated using a 45-minute duration. By sizing the tanks smaller, the Contractor shall take responsibility for the new size and all resulting coordination. Q17. Spec section 1.2 E.3 states that duration of flow is 45 minutes. This is highly unusual. UFC and NFPA requirements are for 15 and 12 minutes respectively. There may be other considerations for which we are not aware, please confirm foam flow durations are to standards listed. Hangar 1610/1612 Retrofit Addendum No. 3 5 P a g e

6 A17. The 45 minute duration is required for the fire water supply to each system. Foam concentrate is required for a discharge duration of 15 minutes, in accordance with UFC _2017, Paragraph Q18. The specs seem to indicate that UFC performance criteria for hangar coverage is required. Experience has shown that hangars of this size prove very challenging to cover the 90% aircraft silhouette in 60-seconds using generators mounted on the side walls of the hangar. We ask that this performance criteria requirement per UFC be removed as no silhouette has been provided. A18. The type/size of aircraft to be protected is not known. This project is a make-ready for a potential future aircraft storage mission. For this reason, the project will not include testing requirements associated with the aircraft silhouette. Q19. Due to the size of B1610, our experience with inductor systems has shown that dividing the system in two aids in fluid delivery to the foam generators. Our recommendation is to subdivide the system. A19. The Contractor may choose to split the system, if desired. The Contractor will assume the responsibility for all resulting coordination. Q20. FP Drawings and specs weren t clear about relief venting. They are definitely required when ducting outside air into the foam generators unless the hangars have other openings deemed acceptable for venting by the engineer and/or AHJ. Please confirm if relief venting will be required. If required, please identify the area where outside air can be obtained. A20. Pressure relief venting is not required for this project. The system is a local application, low-level, high-expansion foam system. This is not a total flooding system. Q21. Does the fire alarm sub need to provide interconnection with the foam releasing panel? A21. The Contractor shall determine which sub-contractors to award work to based upon the qualifications requirements contained in the specifications. Under the base-bid, supervision of conditions in the releasing panel by the building FACP are noted in the I/O Matrix. Q22. Does the fire alarm sub need to provide the flame detectors, beacons and the foam release start and stop stations? A22. The Contractor shall determine which sub-contractors to award work to based upon the qualifications requirements contained in the specifications. The Contractor shall provide the complete releasing system and appurtenances. The Det-Tronics manufacturer Hangar 1610/1612 Retrofit Addendum No. 3 6 P a g e

7 must be engaged to provide design and proprietary components, per the specification and UFC _2017_C1. End of Addendum No. 3 Hangar 1610/1612 Retrofit Addendum No. 3 7 P a g e

8 EXHIBIT A REVISED PRICING SCHEDULE (per Addendum No. 2, dated 8/17/2018) To: The Port Authority of San Antonio 907 Billy Mitchell Boulevard San Antonio, Texas contractinginfo@portsanantonio.us Due Date: Prior to 2:00 PM CST, SEPTEMBER 13, 2018 Proposal of hereinafter called Respondent, a corporation organized and existing under the laws of the State of, or, a partnership, or an individual doing business as. Gentlemen: To the AUTHORITY, hereinafter called OWNER. The undersigned Respondent, in compliance with your Request for Proposal for Hangar 1610/1612 Fire Protection Systems Retrofit, having read and examined the plans and specifications with related documents and the site of the proposed work, and being familiar with all of the conditions surrounding the construction of the proposed project, including the availability of materials and labor, hereby proposes to furnish all labor, materials and supplies, and to construct the project in accordance with the contract documents, within the time set forth herein, and lump sum and/or unit prices. This price(s) are to cover all expenses incurred in performing the work required under the contract documents, of which this proposal is a part. These price(s) are firm and shall not be subject to adjustment provided this Proposal is accepted within ninety (90) days after the time set for receipt of proposals. Respondent hereby agrees to commence work under this contract on a date to be specified in a written "Notice to Proceed" to be issued unilaterally by the OWNER and to fully complete the project. The Work shall be completed no later than 330 Calendar Days from the date on the Notice to Proceed. Respondent further agrees to pay as liquidated damages the sum of $ per day extending beyond the substantial completion date, as provided in Article 3 of the Agreement. Respondent hereby agrees to perform all work for which he contracts as described in the associated technical specifications and as shown on the plans, for the following lump sum price: Hangar 1610/1612 Retrofit Addendum No. 3 8 P a g e

9 CONTRACTOR TO PROVIDE ALL LABOR, MATERIALS, TRANSPORTATION, SUPERVISION AND OTHER ITEMS NECESSARY FOR THE WORK DESCRIBED HEREIN. Project Cost Break Downs Building 1610 Fire Protection Lump Sum Cost: (words) Building 1612 Fire Protection Lump Sum Cost: (words) (numerical) (numerical) New Pump House and equipment Lump Sum Cost: (words) (numerical) Lump Sum Price: Includes 100% Payment and Performance Bonds, and applicable fees, permits, and taxes. Total Lump Sum Amount: (words) (numerical) Scope of Work (refer to page 1) Breakdown (each item should include the proportional share of OH and fee) Hangar 1610/1612 Retrofit Addendum No. 3 9 P a g e

10 Bid Alternate #1: Complete fire sprinkler coverage Building 1610 $ -- Bid Alternate #2: New Mass Notification System for Building 1610 $ Bid Alternate #3: New Mass Notification System for Building 1612 $ Bid Alternat4 #4: Repair and Resurfacing of Building 1610 Roof $ Bid Alternate #5: Repair, Power Wash, and Paint Exterior Building 1610 $ Respondent Acknowledges receipt of the following Addendum(s): No. No. No. No. No. No. No. SUBCONTRACTORS. The undersigned BIDDER proposes that he will be responsible to perform the work with his own forces and that specific portions of the work not performed by the undersigned will be subcontracted and performed by the following subcontractors. No substitutions without approval of Owner per General Conditions. Work Subcontracted Name of Subcontractor Respondent agrees that this bid shall be good and may not be withdrawn for a period of ninety (90) days after the scheduled closing time for receiving bids. Hangar 1610/1612 Retrofit Addendum No P a g e

11 The undersigned hereby declares that only the persons or firms interested in the proposal as principal or principals are named herein, and that no other persons or firms than are herein mentioned have any interest in this Proposal or in the contract to be entered into; that this Proposal is made without connection to any other person, company, or parties likewise submitting a bid or proposal; and that it is in all respects for and in good faith, without collusion or fraud. Upon receipt of written notice of the acceptance of this bid, Respondent will execute the formal contract attached within five (5) days and deliver any Performance and Payment Bonds and Insurance Certificates. Seal affixed here if BID is by a Corporation: Respectfully submitted, By: Signature Printed Name Title Address Attest:_ Signature _ Printed Name Hangar 1610/1612 Retrofit Addendum No P a g e