JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair

Size: px
Start display at page:

Download "JANUARY 25, 2016 ADDENDUM NO. 3 FOR. ORD Baggage Service Road Retaining Wall Repair"

Transcription

1 JANUARY 25, 2016 ADDENDUM NO. 3 FOR ORD Baggage Service Road Retaining Wall Repair Specifications and Contract Documents Number: CDA Project Number: H For which bids are scheduled to be opened in the City of Chicago, Bid and Bond Room 103, City Hall, 121 North LaSalle Street, Chicago, Illinois 60602, at 11:00 a.m., Central Time, January 29, 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, except as amended by previous addenda, 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. NOTICE OF REVISIONS/CHANGES TO THE CONTRACT DOCUMENTS BID OPENING HAS BEEN POSTPOSED TO FEBRUARY 8, The Bid Opening Date has been postponed to February 8, For which Bids are due in the Department of Procurement Services, Bid & Bond Room, Room 103, City Hall, 121 N. Lasalle Street, Chicago, Illinois, at 11:00 a.m. Central Time. Specification No , Addendum No. 3 Page 1 of 8

2 PART ONE OF THREE INSTRUCTIONS AND EXECUTION DOCUMENTS For the convenience of the potential bidders, the revisions to Part One of Three of the Contract Documents are as follows: Sheet/ Section Title Description of changes Part One of Three Instructions and Execution Documents Part 1 Cover Coversheet Revised submittal title and date. CD v Bid Package Contents Bid Opening Date Revised CD contents to include Addendum No. 3 and Conformed folders. Revised bid opening date to February 8, PART THREE OF THREE TECHNICAL SPECIFICATIONS For the convenience of the potential bidders, the revisions to Part Three of Three of the Contract Documents are as follows: Sheet/ Section Title Description of changes Part Three of Three Technical Specifications Part 3 Cover TOC-2 Appendix A Coversheet Table of Contents Geotechnical Investigation Revised submittal title and date. Added Appendix A. Added Appendix A - GEOTECHNICAL INVESTIGATION for Baggage Service (Depressed) Road Retaining Wall Repair Project DOA Project No. H Chicago-O-Hare International Airport Specification No , Addendum No. 3 Page 2 of 8

3 CONTRACT DRAWINGS For the convenience of the potential bidders, the revisions to the Contract Drawings are as follows: Sheet/ Section Title Description of changes Contract Plans G-00 Coversheet Revised submittal title and date. MOT-01 S-23 Phasing Plan, Schedule and Notes Overall Phasing Plan Revised Note 2 to clarify that one wall side lane closure at each terminal at any given time is allowed. Revised Detail 1 note that refers to the watertight joint. QUESTIONS AND RESPONSES Questions: Response: 1 Is a geotechnical report available? If so, please provide. The geotechnical report is available and is included in the Part 3 Technical Specifications as Appendix A. The report is provided for reference purposes only. 2 Is the Pre-bid mandatory? Attendance at the pre-bid meeting is not mandatory. 3 Can we visit the site outside of the Pre-Bid? No site visits outside of the pre-bid are anticipated. 4 On the DPS it states the bid due date is , yet the specs and bid docs state 12/17/15. Please confirm the bid due date. 5 Please provide as-builts of each existing retaining wall, prior to the bid date so the depth of the existing wall footing is known. Per Addendum No.3 the Bid Opening date is now February 8, 2016 at 11:00 AM. Select soil borings located at the retaining wall footing identify ground surface and bottom of footing elevations and can be found in the Part 3 Technical Specifications, Appendix A. Based on geotechnical data, the approximate depth from existing grade to top of footing ranges from 1.5' to 5.9'. Specification No , Addendum No. 3 Page 3 of 8

4 6 Please confirm that the 300 workzone at each terminal is for the removal of pavement / curb & gutter, pile installation, underdrain installation, wall repair, and new pavement / curb & gutter installation, and must be completed before moving onto the next 300 work area. 7 Please confirm road plates are acceptable for temporary covering of any openings in the road when contractor is not working. 8 Please confirm night work is not required, as the only work restrictions stated on sheet MOT-01 is from 4:00pm to 9:00pm. 9 Please confirm that the roadway must be open at the end of each workday, and equipment & materials can only be stored at the staging area on sheet G Sheet S-23 details a sign pole base. Please state where this is required as it was not found on the drawings. 11 Please provide existing elevation on the backside & front side of Wall I, sheet S-17, for the temporary earth retention at the wall replacement area. 12 Please clarify if the Pay Item Helical Pile Load Test, per each, is for the load test only, or if this pay item is to include a full helical pile installation and test. 13 Please also clarify if the helical pile tested is in a separate location, or if it can be used as a production pile shown on the plans. Correct, with the exception of minor wall repairs, which in locations where helical pile installation is not required, may be accomplished without requiring lane closures depending on the contractor's means and methods. All work that impacts the Baggage Road will require lane closures and therefore are part of the 300' work area. Note: the entire length of the wall in the project area does not require helical pile installation. Per Drawing MOT-01, Note 6 steel plating may be allowed with the Commissioner's approval. Night work is not required; however per Drawing MOT-01 note 13, larger work areas may be allowed by the Commissioner if work hours are restricted to 10:00PM to 5:00AM. Per MOT-01, Note 6, two lanes of traffic must be restored and total road width returned to a minimum width of 20' and navigable for all airport traffic, including fire and rescue vehicles. Equipment and materials must be stored in the landside staging area unless approved otherwise by the Commissioner. There are stop signs at the top of the ramps attached to the barrier pavement. Two are anticipated to be impacted during construction. Approximate front side of wall / barrier pavement elev. = and approximate back side of wall / apron pavement elev. = In accordance with Specification 02250, Section 5.01.A indicates that the unit price for helical pile load testing shall include furnishing and installing the materials complete and in-place. This pay item includes full helical pile installation and load testing, as well as, incidental materials and equipment. In accordance with Specification 02250, Section 3.03 A indicates the Commissioner will select the helical pile test location. The Contractor shall assume the test pile location will be a separate location, near the wall alignment but apart from the production piles shown on the plans. The use of a production pile as a test pile is not allowed. Specification No , Addendum No. 3 Page 4 of 8

5 14 Due to the complexity of this project we are requesting an extension of the due date. We are a DBE/WBE contractor. Please let me know if bid will be extended. 15 Sheet S-20 Detail 1 calls out a requirement for installation of a ¾ expansion joint with a preformed filler, match with existing. Please confirm this note applies only to the expansion joint on the wall cap and that the existing wall expansion joint is to remain in place. Per Addendum No.3 the Bid Opening date is now February 8, 2016 at 11:00 AM. The call out is applicable to all wall cap and retaining wall joints in the work area. Wall expansion joints in good working order will remain in their current condition at the Commissioner's discretion. All wall cap expansion joints will be replaced with new cap. 16 Can the wall cap be precast? For bidding purposes assume a cast-in-place system is required in accordance with the Drawings and Specifications. 17 Please confirm that all surface mounted objects within the work limits illustrated on the retaining wall repair elevation and demolition plan drawings, not specifically called out to remain in place, are to be temporarily removed and reinstalled. 18 Please confirm that the Builder s Risk insurance needs to cover the entire bid amount. Correct, with the exception of items being replaced with new and relocated such as lighting conduit or items identified in Drawing CD-01, note 11. Please also refer to Drawing S-10 note 3 and Drawing S- 20, detail 1, note 3. Builders Risk insurance must cover the entire bid amount. 19 Please confirm that full-time safety and quality personnel are required for this project. 20 Following items are not listed in the unit prices; please advise on the method of payment for them. 2" PVC COATED RIDGID CONDUIT 6" x 6" x 4 NEMA 4X HINGED COVER BOXES #6 XHHW COPPER WIRE #3 XHHW COPPER WIRE #1/0 XHHW COPPER WIRE 21 Was there an addendum issued that changed the bid date from 12/1-12/17? (If so we didn t receive it and it isn t available online) 22 How do we arrange a site visit? (We were unable to make the pre-bid conference on 11/19) 23 Has the date of 12/1 to submit questions been extended? Correct, full time safety and quality representatives must be provided in accordance with Part 2 General Conditions and Part 3 Technical Specifications. The use of each item must be specified during the shop drawing review approvals process. Per the electrical specifications, materials associated with pay items includes all materials necessary to complete each item. Per Addendum No.3 the Bid Opening date is now February 8, 2016 at 11:00 AM. No site visits outside of the pre-bid will be held. The question deadline remains 12/1. Specification No , Addendum No. 3 Page 5 of 8

6 24 Detail 2 on Sheet S-23 implies a 4-inch diameter main line that tees off to a 6-inch diameter riser. This tee fitting does not exist. One alternative would use a tee with a 6 4 eccentric reducer on either side of the tee. These Schedule 80 fittings are socketed, incidentally. The resulting detail would keep the invert at the same level and facilitate access for future rodding in either direction. Please clarify this detail. 25 Detail 3 on S-20 shows a #4 U-bar whose legs are less than 3.5 inches long. The length calculation of these legs is: 5-inch cap height minus 1.5-inch cover depth minus a dimension that is not shown. According to a rebar supplier, these legs for this particular U-bar must be at least 5 inches long for fabrication. Please clarify. 26 Please specify the spacing and length of #6 tie bars in various details on Sheet S In Detail 2 on Sheet S-20 shows a vertical edge for two types of material that do not keep such an edge: controlled low-strength material (flowable fill) and CA-16 aggregate. How shall the Contractor maintain this vertical edge? 28 Same detail how will the City pay for flowable fill, excavation and CA-6 aggregate? There are no pay items for any of these materials. Generally, the specifications say that materials like these are incidental to the pay element associated with them; however, sometimes these incidental materials bridge multiple pay items. Without pay items for flowable fill, excavation and CA-6; how shall the Contractor apportion these incidental materials? 29 Same detail does not show the locations where the 4-inch non-perforated underdrain ties into the existing sewer. Please clarify the location or number of occurrences. An alternate detail such as stated in the question may be proposed by the awarded Contractor as a no cost alternative to the project for Commissioner consideration. An alternate reinforcing detail may be proposed by the awarded Contractor as a no cost alternative to the project for Commissioner consideration. Tie bars may be 24" long at 24" centers or 30" long at 30" centers to match IDOT Standard This is a means and method question. The Contractor is to determine. In accordance with Specifications P-153, CLSM is included with the cost of pavement and curb and gutter replacement. In accordance with Specification 02704, base and subgrade material (excavation) is included with the cost of pavement and curb and gutter removal. In accordance with Specification 02720, aggregate is included with pavement removal. It is the Contractor's discretion on how to apportion. Anticipated locations are shown and callout on Drawings S-01 through S-07. Specification No , Addendum No. 3 Page 6 of 8

7 30 In Detail 1 on Sheet S-20, the Section drawing (for removal) shows pavement base removed to slightly below the bottom of the wall footing. Does this removal detail occur for the entire wall section or just at the helical pile locations? 31 Detail 1 on Sheet S-23 refers to watertight joint (to be determined by Designer) Please provide this detail. 32 Detail 4 on Sheet S-23 calls out sign pole base detail. Please provide a pay item and quantity for this work element. 33 Is there is geotechnical report available? If so, please provide. Removal of materials to the bottom of the wall footing is applicable to helical pile locations. In locations where an underdrain system is required, the section is applicable but limited to the approximate top of the footing so that the underdrain system can be constructed and full barrier pavement section replaced as illustrated in Detail 2 on Drawing S-20. Detail callout has been revised and "(to be determined by Designer)" has been deleted. Please see revised sheet S-23, detail 1. See response to Question 10. See response to Question Are there any clarifications/answers to questions for this project? Question responses are included with Addendum No For the proposed concrete wall cap replacement, will precast concrete be acceptable, or must the new wall cap be cast-in-place? 36 Please provide the type of finish required for the proposed concrete wall cap. See response to Question 16. The wall cap is to be finished with a smooth flat finish. 37 Will City be able to grant a request for an extension of the bid due date. The complexity and intricacy of the project is requiring more time to carefully inspect all the aspects of the project. 38 Sheet S-21, Note 1 notes a 22.5K capacity per Helical Pile. Please clarify if this is the working load or the design load. See response to Question 14. This is the factored design load. Specification No , Addendum No. 3 Page 7 of 8

8 39 Hi, can you send a list of bidding contractors for this project. 40 Reference Details 1/S-20 and 2/S-20, particularly the latter. Does controlled lowstrength material (CLSM) occur only at the helical piles and the non-perforated tie-in locations, or does the CLSM occur beneath ALL replacement barrier pavement? Please clarify. 41 What is the extent (in plan view or lineal wall footage) of the earth retention and related items shown in section on Detail 1/S-19? Only Wall Elevation 2 on Sheet S-17 shows full wall replacement dipping below the apron pavement. This implies that only Wall Replacement # 2 requires earth retention. Please quantify this section extent, because the earth retention item is lump sum. The Take out list is available on the City s website. Enter the following URL into your browser and search per the Spec # rs /contract/svcs/opportunity_takeourlist.html CLSM is required at helical pile and non-perforated underdrain tie-in locations, and may also be utilized if over-excavation of existing base course materials occurs. The temporary earth retention detail on Drawing S- 19 and wall replacement detail on Drawing S-21 are associated with concrete wall replacement #2 on Drawing S-17. No other wall replacements to the top of footing are anticipated. The extent of the earth retention is as needed to replace the wall shown and detailed on the aforementioned drawings. END OF ADDENDUM NO.3 Specification No , Addendum No. 3 Page 8 of 8