DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

Size: px
Start display at page:

Download "DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO"

Transcription

1 DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01 Terminal D Expansion Joints Rehabilitation CONTRACT NO February 15, 2019 The Request for Bids for the above is hereby revised as follows: Technical Specifications Revisions 1. Specification section Nystrom Seismic Expansion Control System dated 10/11/2018 has been replaced with the attached dated 2/15/2019 and revised as detailed below. a. Company experience changed from 10 years to 5 years 2. Specification section Expansion Joint Replacement dated 10/11/2018 has been replaced with the attached dated 2/15/2019 and revised as detailed below. a. Warranty changed from 3 years to 5 years None Plan Sheet Revisions Schedule Revisions 1. Bid Opening date is revised from month, day year time, to month, day year time. RFB Revisions 1. Electronic Bid Tabulation: Bid Item 6 for TxDOT Barricades, Signs, and Traffic Handling has been replaced with Owner s Allowance. 2. Appendix 1 Bid Detail is replaced with the attached and revised to include acknowledgement of this Addendum No.01. Contract No Page 1 of 6 Addendum No.01 2/15/2019

2 Solicitation Questions (Q) and Answers (A) 1. (Q) Will DFW provide a bill of materials for the joint material already purchased for this project? Does this include hardware such as anchor bolts, etc.? (A) Please refer to Nystrom PO Materials. 2. (Q) Does DFW possess the intersections of joints shown in the plans or just straight pieces of joints? (A) Please refer to Nystrom PO Materials. 3. (Q) This contract consists of one item of work, and DFW Airport is providing the material to perform the work. However, the current SBE Goal is 25%. With the material provided by DFW Airport and a highly specialized item of work that requires qualified contractors per the plans, this leaves no opportunity for SBE participation. Will DFW Airport remove this requirement? (A) No. Under the Policies, BDDD has established a contract-specific goal for this Contract. The specific goal for this Contract is stated in the Advertisement and Invitation to Bid. In order to comply with the proposal requirements, a Contractor must either meet the SBE contract-specific goal or demonstrate that the Contractor has made sufficient good faith efforts to meet the Contract goal. If the Contractor will not meet the SBE goal, it shall nevertheless, be eligible for award of the Contract if it can demonstrate to BDDD that it has made good faith efforts to meet the SBE goal. This good faith effort documentation must be submitted with the Contractor s bid or proposal. 4. (Q) Please clarify if 1,430 LF is the total linear footage to be installed or if 1,740 LF is to be installed. If 1,430 LF is to be installed, would DFW consider changing the bid item to 1,120 LF of expansion joint replacement (labor and equipment only) and 310 LF of expansion joint replacement (material, labor, and equipment)? 5. (Q) Sheet S302 Detail 2 shows the existing steel bumpers at the columns and states that these should be rewelded to match existing welds if they are removed for construction. Will DFW allow the removal of these in the areas where we are going to be working and then rewelding at the end of the phase? Given the short work windows replacing them every night is not feasible. (A) Yes, that is acceptable. Contract No Page 2 of 6 Addendum No.4 1/11/19

3 6. (Q) Will DFW Airport please provide a detail for areas where the existing column interferes with the proposed expansion joint location? Photo attached. (A) Contractor shall propose field modifications at each location. 7. (Q) Page 03 of 26 Advertisement lists an SBE Goal of 25%.: This Projects Scope of Work is very Limited in Range. This project s entire scope of work is the installation of a Specialized Expansion Joint System with an Extended 5 Year Warranty. Plans & Specifications require that the Installation Contractor must have 10 Years Experience installing similar type joint systems and that the Contractors Installation Crews physical doing the installation must have a minimum of 5 Years Experience installing similar type joint systems. Plans & Specifications also require that even when meeting that 10 Year and 5 Year Experience Requirements that the Installation Crews will still need to be Trained & Certified by the Specified manufacturer. Contractors like SCS that are bidding this project will be 100% Self-Performing the Scope of Work with no requirement for the use of any SBE Subcontractors. DFW Airport has already purchased the Expansion Joint Materials for this installation so there is no possibility for any SBE Suppliers. Based on the above project conditions we see no room for any SBE Participation and therefore Request that the SBE Goal be Revised to 0%. (A) Engineers Response: Specification is revised herein addendum 1 such that both company and personnel shall have no less than 5 years of experience in the successful performance of work similar to the scope of this project. (B) No. Under the Policies, BDDD has established a contract-specific goal for this Contract. The specific goal for this Contract is stated in the Advertisement and Invitation to Bid. In order to comply with the proposal requirements, a Contractor must either meet the SBE contract-specific goal or demonstrate that the Contractor has made sufficient good faith efforts to meet the Contract goal. If the Contractor will not meet the SBE goal, it shall nevertheless, be eligible for award of the Contract if it can demonstrate to BDDD that it has made good faith efforts to meet the SBE goal. This good faith effort documentation must be submitted with the Contractor s bid or proposal. 8. (Q) Appendix 1 Bid Detail Page 10 of 26 Summary of Bid. Item B Alternate A - Asphalt Pavement in lieu of Concrete Pavement. Appendix 6 Bid Schedule there is no listing for an Alternate A. Project Drawings there is no reference to any Concrete Pavement or Asphalt Pavement. Request Clarification on Alternate A. (A) Asphalt Pavement is not acceptable on the project. 9. (Q) Specification Section Summary of Work: Item 1.2 Forms This project will require AOA Access Night Time Working Hours requiring the Installation Crews to have Blue Badges. Request Clarification if the Ratio of 1 Blue Badge per 5 Man Crew is still in effect or if every Crew Member is now required to have a Blue Badge. (A) One badged person can escort a 5-man crew. Contract No Page 3 of 6 Addendum No.4 1/11/19

4 10. (Q) Specification Section Selective Demolition: Item 1.4 Materials Ownership: Sub Item A Demolition Waste becomes property of the Contractor. Request Clarification if we are to haul all Scrape Metal from Site for disposal or do we Deliver Scrap Metals to the DFW Recycling Center? (A) Deliver to disposal site. 11. (Q) Item 3.3 Protection: This Scope of Work will require Concrete Saw Cutting, Concrete Chipping, Sandblast Preparation of the New Expansion Joint Block Out, and Hammer Drilling the New Systems Anchor Bolts. All of these steps in the installation process will produce a Certain Level of Dust and will require some Level of Dust Control. See Specification Sub Item 2.3 Dust Containment System. See Drawing S001 Demolition Notes #13 and #14. See Drawing S001 Expansion Joint Construction Note #6. Request Clarification on the Level of Dust Control that will be expected from DFW and the Airlines. (A) It is anticipated that the contractor to wrap with plastic any monitors, computers and any other special electronics in the work area. Other than that, nothing further, except clean up at the end of the shift with vacuums and brooms, etc. 12. (Q) Specification BASF Watson Bowman WaboCrete Nosing Material: This Elastomeric Concrete is from a separate manufacturer than the Expansion Joint System but for this installation is considered to be part of the Expansion Joint System Components. As part of the Contractor Experience Requirements and Training Requirements for this project we would assume that the Installation Contractor will have to separately meet the Acceptance of BASF Watson Bowman as well as Nystrom Systems. Request Clarification that the Installation Contractor must meet the Experience Requirements of both Manufacturers. (A) Yes, the contractor shall meet the experience requirements of both manufacturers. 13. (Q) Specification Section Nystrom Seismic Expansion Control System: Sub Item 1.5 Quality Assurance Sub Item A Warranty calls for a 3 Year Warranty while Spec Expansion Joint Replacement Sub Item 1.2 Warranty calls for a 5 Year Warranty. Request Clarification on the Warranty Duration. (A) Specification is revised herein addendum 1 such that a 5-year warranty is required. 14. (Q) Sub Item 2.2 Components and Materials Items A to O provides the list of Materials for the Complete Expansion Joint System Installation. Bid Schedule Line Items and Specifications state that the Materials will be supplied by DFW. Request that DFW provide a list of the Components and Materials that are currently stored on site so that Contractors can see if we will need to supply any of the Minor Pieces such as say the Stainless-Steel Concrete Anchor Bolts? (A) Please refer to Nystrom PO Materials. Contract No Page 4 of 6 Addendum No.4 1/11/19

5 15. (Q) Specification Section Expansion Joint System: Part 2 Products Sub Item 2.3 Dust Containment System. Lists that Dust Containment System will include Commercial Grade Air Scrubbers, which to properly work will require a 100% Enclosure. The Typical Night Time working hours only allow the Contractor a 6.5 Hour Work Shift and setting up and taking down a 100% Containment System with Air Scrubbers will take most of that 6.5 Hour Work Shift. Request Clarification on what will DFW and the Airlines will consider as Acceptable Dust Control Measures. (A) It is anticipated that the contractor to wrap with plastic any monitors, computers and any other special electronics in the work area. Other than that, nothing further, except clean up at the end of the shift with vacuums and brooms etc (Q) Part 5 Basis of Payment: Request Clarification on the following Bid Schedule Items. Sub Item 5.1 Bid Schedule Item is the Expansion Joint Replacement Installation for 1,430 LF which requires Contractor to provide only the Labor & Equipment to Install all Specification Materials and Specification Materials supplied by DFW. 17. (Q) Sub Item 5.2 Bid Schedule Item is the Procurement of Expansion Joint Material for 310 LF. Of the Total1,430 LF to be Installed under this contract DFW currently only has 1,120 LF in storage and this Bid Item requires the Contractor to purchase the Additional 310 LF of Specification Materials and Specification Materials. 18. (Q) Sub Item 5.2 Bid Schedule Item is for a 20% Contingency of Expansion Joint Procurement for 62 LF. Bid Item requires the Contractor or purchase Additional 20% of the Additional 310 LF of Specification Materials and Specification Materials. Contract No Page 5 of 6 Addendum No.4 1/11/19

6 19. (Q) Sub Item 5.3 Bid Schedule Item Additional Concrete Spall Repair for Additional 20 SF. Bid Item requires the Contractor to Supply all Specification Materials, Labor, and Equipment to complete the Additional 20 SF of Concrete Spall Repairs. (A) Adjacent to the expansion joints there is approximately 20 sf of concrete spall repairs at different locations which shall be marked off by the owner's representative prior to work commencement. Contract No Page 6 of 6 Addendum No.4 1/11/19