Loading...
HomeMy WebLinkAboutAdden 2 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 1 of 8 ADDENDUM N0.2 Date: March 22nd, 2019 Bid Due Date: April 9th, 2019 (CHANGED FROM DATE IN CALL FOR BIDS) Date of Bid Opening: April 9th, 2019 (CHANGED FROM DATE IN CALL FOR BIDS) Subject: Addendum No. 2 to Contract Documents City of Renton ATCT Seismic Retrofit & Remodel From: William Adams, Project Manager, City of Renton To: ALL PLAN HOLDERS AND/OR PROSPECTIVE BIDDERS ATTENTION: ALL BIDDERS AND PLAN HOLDERS: The Bid Documents for the above-named project are modified as described below. Bidders shall take this Addendum into consideration when preparing and submitting their bids. Bidders shall attach this addendum to their copy of the Contract Documents, and shall acknowledge receipt of this Addendum on the Proposal Signature Page. A Proposal may be considered irregular and may be rejected if the receipt of Addenda is not acknowledged. A Proposal will be considered irre�ular and will be reiected if the Schedule of Prices included in this Addendum is not completed and submitted with the Proposal. THE CONTRACT DOCUMENTS ARE MODIFIED AS FOLLOWS: 1) BID DUE DATE AND BID OPENING DATE a) Sealed bids will be received until 2:30 p.m. on April 9, 2019 at the City Clerk's office, 1055 South Grady Way, Renton, WA 98057, 7t"floor, and will be opened and publicly read in Conference Room 511 on the 5t"floor, Renton City Hall, 1055 South Grady Way, Renton, WA 98057. 2) TECHNICAL SPECIFIACTIONS SECTION 00 00 01 a) Paragraph 1.9.G was added with the following: i) Bidding Checklist (1) It is the responsibility of each bidder to ascertain if all the documents listed below and in the Table of Contents are included in their copy of the Contract Provisions. If documents are missing, it is the sole responsibility of the Bidder to contact the City of Renton to obtain missing documents prior to the date and time that bids are due. March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 2 of 8 (2) The following documents shall be submitted with the bid. (a) Bid Form—The form included in the Bid Documents must be used; no substitute will be accepted. (b) Non-Collusion Declaration -The form included in the Bid Documents must be used; no substitute will be accepted. (c) Local Agency Subcontractor List—This form is available at http://wsdot.wa.�ov/forms/pdfForms.html. Bidder may download, print and complete the form to include the bid.The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. (d) Underutilized Disadvantaged Business Enterprise Utilization Certification. (e) UDBE Written Confirmation Document. This form is available at http://wsdot.wa.�ov/forms/pdfForms.html. Bidder may download, print and complete the form to include the bid.The DOT Form, DOT Form Number and revision date must match the form included in these Bid Documents, otherwise the Bid will be considered irregular and non-responsive and the Bid will be rejected. (f) Contractor Certification, Wage Law Compliance—The form included in the Bid Documents must be used; no substitute will be accepted. (g) Proposal Signature Page -The form included in the Bid Documents must be used; no substitute will be accepted. Evidence of signatory's authority to sign the Proposal on behalf of the business entity shall be submitted with the Bid. Otherwise, the submitted Bid will be considered irregular and non- responsive and the Bid will be rejected. (h) Proposal Bid Bond -The form included in the Bid Documents must be used; no substitute will be accepted. If an attorney-in-fact signs bond, the power of attorney authorization such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. (i) Contractor Experience Detail -The form included in the Bid Documents must be used; no substitute will be accepted. (Form 1) (j) Resume of Key Personnel for Proposed Contract-The form included in the Bid Documents must be used; no substitute will be accepted. (Form 2) b) Paragraph 1.9.H was added with the following: i) Contract Checklist (1) The following documents are to be executed by the successful Bidder after the Contract is awarded. (a) Agreement -The form included in the Bid Documents must be used; no substitute will be accepted. (b) Contract Bond-The form included in the Bid Documents must be used; no substitute will be accepted. Two originals shall be executed by the successful Bidder and its surety company.This bond covers successful March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 3 of 8 completion of all work and payment of all laborers, subcontractors, suppliers, etc. If an attorney-in-fact signs bond, the power of attorney authorization such execution must be current and enforceable, be properly executed by the Surety in accordance with the Surety's by-laws or other applicable rules and resolutions, and include all necessary corporate seals, signatures, and notaries. (c) Fair Practices Policy Affidavit of Compliance -The form included in the Bid Documents must be used; no substitute will be accepted. (d) Certification of Insurance—To be executed by an insurance company acceptable to the City, on ACORD Forms. Required coverages are listed in 0072002.2. 3) TECHNICAL SPECIFIACTIONS SECTION 23 30 00— HVAC SYSTEMS a) Technical Specifications Section 23 30 00 2.02.A.7 has been replaced with the following: Outdoor condensing units shall be provided with post manufacturing corrosion protection coating system, 'Insitu ES2 Spray Applied-Corrosion Resistant Coil and Cabinet Coating' as provided by Gorilla Coatings, Corp., or Approved Equal, with a minimum 5,000 hour salt spray resistance per ASTM B117. 4) BIDDER QUESTIONS a) Bidder Inquiry No.4- Is the owner aware of any asbestos, lead-containing products, PCB ballasts, or other hazardous materials within the project site? Have any Phase 1 or Phase 2 studies been conducted? City of Renton Response to Bidder Inquiry No.4—The Regulated Building Materials Survey is attached to Addendum No.2. b) Bidder Inquiry No.9- On A32, detail 1 and 2 show canopies whose structural details could not be found. Will structural details be provided? City of Renton Response to Bidder Inquiry No.9-Additional information will be provided. Please refer to addendum No.3 for clarification. c) Bidder Inquiry No.24-The drilled shaft specifications call for a pile load test per section 31 09 16.21. Kind of an unusual requirement for shafts of this capacity. City of Renton Response to Bidder Inquiry No.24-Technical Specification Section 03 20 00 1.02.0 has been removed. Technical Specification Section 3109 16.21 has been removed in its entirety.Technical Specification Section 31 63 29 1.02.0 has been removed. Additional notes added to drawing S07 d) Bidder Inquiry No.25-There are CSL tubes shown on the drawings but nothing called out for CSL testing in the specifications. CSL testing is a more common QC method for confirming shaft integrity. March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 4 of 8 City of Renton Response to Bidder Inquiry No.25- Additional notes added to drawing S07. e) Bidder Inquiry No.26-The drilled shaft specification also call out "Maintain shafts free of water" (3.02.D)This really can't be done with a ground water table said to be 3' below grade. Please clarify. City of Renton Response to Bidder Inquiry No.26-Technical Specifications Section 31 63 29 3.02.D has been replaced with the following: Clean shaft and bottom of loose material. f) Bidder Inquiry No.37- Will there be an asbestos survey prior to start of work? City of Renton Response to Bidder Inquiry No.26-The Regulated Building Materials Survey is attached to Addendum No.2. 5) BIDDER QUESTIONS FROM PREBID MEETING AND SITE WALK a) Bidder Inquiry No.40-Clarify placement of anchor bolts and reinforcing in pile caps at the top of drilled piers. The rebar cage for each pile goes into the pile caps where there looks to be a conflict with the rectangular layout of the truss plates and embeds. City of Renton Response to Bidder Inquiry No.40—Please refer to revised drawing S06. b) Bidder Inquiry No.48-Clarify the discrepancy between the layout of baseboard heater on the 4th floor. City of Renton Response to Bidder Inquiry No.48—The baseboard location, shown on sheets MD11 and ED13, of the east wall between grids 2&3 is incorrect; the existing baseboard is located on the south wall. Location has been updated. 6) BIDDER QUESTIONS POST PREBID MEETING AND SITE WALK a) Bidder Inquiry No.55-The drilled shaft specifications call for a pile load test per section 31 09 16.21. Kind of an unusual requirement for shafts of this capacity. City of Renton Response to Bidder Inquiry No.55-See response to Bidder Question 24. b) Bidder Inquiry No.56-There are CSL tubes shown on the drawings but nothing called out for CSL testing in the specifications. CSL testing is a more common QC method for confirming shaft integrity City of Renton Response to Bidder Inquiry No.56-See response to Bidder Question 25. c) Bidder Inquiry No.57-The drilled shaft specification also call out "Maintain shafts free of water" (3.02.D)This really can't be done with a ground water table said to be 3' below grade. Please clarify. City of Renton Response to Bidder Inquiry No.57-See response to Bidder Question 26. March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 5 of 8 d) Bidder Inquiry No.58- Detail 1/S07 shows bent tails for the longitudinal rebar from the piles into the pile-caps. This prevents that use of casings for the drilled shafts, should they be required.This will also make the installation of the rebar for the pile caps very challenging. Please provide a detail for these tails to be spliced after the casing removal and pouring of the shafts. City of Renton Response to Bidder Inquiry No.58- Detail 1/S07 has been modified. Bent tails are no longer needed. e) Bidder Inquiry No.59-01 40 00 1.07.A states that the Owner will employ and pay for inspections and testing as required in the structural general notes. 00 72 00 5.15.A states that the contractor shall pay for all testing and inspection of the work. Please clarify this discrepancy. City of Renton Response to Bidder Inquiry No.59-01 40 00 1.07.A governs. TECHNICAL SPECIFIACTIONS SECTION 00 72 00 5.15.A Replace the first paragraph with the following: Contractor to provide for all testing and inspection of Work: Contractor shall maintain an adequate testing and inspection program and perform such tests and inspections as are necessary or required to ensure that the Work conforms to the requirements of the Contract Documents. Contractor shall be responsible for inspection and quality surveillance of all its Work and all Work performed by any Subcontractor. Contractor shall give Owner timely notice of when and f) Bidder Inquiry No.60-Should door D02 be a storefront [aluminum] door similar to Door Type A, or should the door leaf be hollow metal as indicated in the A01 schedule? City of Renton Response to Bidder Inquiry No.60- Door D02 shall be an aluminum storefront door, Type C as listed in the schedule. Material and finish has been updated within the schedule and sheet A01 has been revised. g) Bidder Inquiry No.61-Various notes on A01 indicate that the windows are to be Hollow Metal. Operable sashes in HM are not typical. W17 is indicated as HM but is adjacent to door D14 which is aluminum. Please verify that all windows are to use spec 08 51 13 for aluminum framed windows, or otherwise clarify the frame materials of the glazed items. City of Renton Response to Bidder Inquiry No.61-All windows shall be per the specifications section 08 51 13 Aluminum Windows. Sheet A01 has been revised. h) Bidder Inquiry No.63-Spec 01 14 00 sections 1.06.D.3 and 1.08.A.4 both reference drawing G04 but the drawing could not be found. Please verify the location of the document. City of Renton Response to Bidder Inquiry No.63-Technical Specification Section 01 14 00 1.06.D.3 has been replaced with the following: March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 6 of 8 Prior to using this area, the Contractor shall erect reflective, lighted barricades as depicted on Drawing G02 under the supervision of the Project Representative. The Project Representatives supervision is intended to ensure the Contractor's work in erecting the barricades does not conflict with aircraft movements. i) Bidder Inquiry No.65-The Hardware column in the A01 door schedule is not filled in and there doesn't appear to be any other information to connect the 08 7100 hardware specs to the individual door requirements. Please advise. City of Renton Response to Bidder Inquiry No.65-The door hardware section of the schedule has been revised and included the hardware groups. See revised sheet A01. j) Bidder Inquiry No.66- Details#3 and #7 on A41 appear to indicate new TPO membrane over new sheet metal gutters. The extents of this upper level roof repair are unclear. Please provide clear extents, including any insulation, protection board, and blocking requirements. City of Renton Response to Bidder Inquiry No.66-The extents of the removal is shown on revised sheet D10; the catwalk around the tower. New roofing material shall follow the same construction type as roof type 8, per A01. Rigid insulation shall be cut to slope away from the building, height required shall be verified in the field. k) Bidder Inquiry No.67- On D01, there is an indication of parking striping/hatch to be removed. It appears that similar removal will need to occur in the area of the new ADA stall. There doesn't appear to be a spec for removal of this paint. Will grinding or blasting be required or will blacking out for install of the new markings be acceptable? Is the contractor to use the paints indicated in the painting spec or will a parking striping spec be provided? City of Renton Response to Bidder Inquiry No.67- Blacking out is acceptable for the striping removal, per WSDOT Section 8-22 Pavement Markings. For the new striping, parking symbol, detectable warning surface and wheel stop shown on detail 1/G03 shall be per WSDOT standard plans M-17.10-02 and M-24.60-04 with paint per Section 8-22 Pavement Marking of the 2018 Standard Specifications. I) Bidder Inquiry No.68- Detail 3/A01 on A50 is unclear as to the nature of the window sills. Please provide specifications. City of Renton Response to Bidder Inquiry No.68- Detail 3/A50 has been updated, see sketch SK-2. m) Bidder Inquiry No.69-There is no rough carpentry specification 06 10 00 as referenced on page 275 of the specification manual. Please provide this spec. March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 7 of 8 City of Renton Response to Bidder Inquiry No.69- Technical Specification Section 0750 00-2.03(C)1 shall be removed and replaced with the following: 1. Unexposed wood blocks, caps, ledgers, nailers, ground strips, plates and curbs. 2. Unless specified otherwise, Grades and species shall be: a. Douglas Fir No. 1 or Better. b. Hem Fir No. 1 or Better. 3. Provide dimensional lumber with moisture content not greater than 19 percent moisture content in conformance with (S-Dry) WWPA Rules, Section 4.00-Moisture Content. 4. Pressure treatment specifications: All pressure treated wood members shall be in accordance with AWPA standard U1, commodity specification A. a. Wood members in un-conditioned spaces shall be pressure treated to the requirements of use category 3B (UC4B) unless otherwise noted. b. Wood members in contact with ground or installed less than 6 inches above final grade shall be pressure treated to the requirements of use category 4B (UC4B). c. Acceptable treatments: i. Doug Fir and Doug Fir Larch members exposed to moisture or in unconditioned spaces shall be pressure treated with alkaline copper QUAT(ACQ-C), unless otherwise noted. ii. Hem Fir members exposed to moisture or in unconditioned spaces shall be pressure treated with alkaline copper QUAT(ACQ-D) or copper azole (CA-BJ unless otherwise noted. n) Bidder Inquiry No.72- I have had a few steel suppliers ask if their AISC certification will be acceptable in lieu of the IAS requirement. City of Renton Response to Bidder Inquiry No.72- No, steel fabricators shall engage a 3rd party testing agency to certify its work meets or exceeds requirements of IAS requirements. 7) ATTACHMENTS a) Regulated Building Materials Survey 8) REVISIONS ISSUED FOR BID DOCUMENTS: Drawing M01 Mechanical Schedules and Details: a) HEAT PUMP/AIR CONDITIONING CONDENSING UNIT SCHEDULE: i) Revise CU-1 to `Mitsubishi-Trane PUMY-HP36NKMU' and increase MCA to 36, increase SEER to 22.3 and increase HSPF to 12.0. ii) Revise CU-2, CU-3A, and CU-3B and CU-4 Model Numbers to delete `BS'. March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000 ATCT Seismic Retrofit&Remodel City of Renton ADENDUM#1 Project No.CAG-19-051 Page 8 of 8 iii) Revised Remark 5 to read: `PROVIDE INSITU ES2 ANTICORROSION COATING FOR CONDENSING UNIT COIL AND CABINET—5,000 HOUR SALT SPRAY RESISTANCE'. Drawing M40 Schematic Piping/Control System Diagram: b) CONSTRUCTION NOTES: i) Revise the CU-1 Model Number to be `PUMY-HP36NKMU'. ii) Revise CU-2, CU-3A, CU-3B and CU-4 Model Numbers to delete 'BS'. iii) Revise the FCU-1, FCU-2, FCU-3, FCU-4 and FCU-5 controllers to be 'PAR-33MAA-J'. iv) Revise the FCU-6A and FCU-6B controllers to be 'PAR-33MAA-J with MAC-3331F SYSTEM CONTROL INTERFACE'. v) Revise the FCU-7, FCU-8, FCU-9A and FCU-9B controllers to be `PAR-33MAA-J'. 9) FUTURE ADDENDA a) A future addendum is planned to be issued the week of Monday,April 1, 2019. ALL OTHER REQUIREMENTS OF THE CONTRACT DOCUMENTS REMAIN IN EFFECT. CITY OF RENTON William Adams Civil Engineer-Airport March 22, 2019 Issued for Bid—2/26/2019 Project 546.50.41.000