To the Request for Bids
Total Page:16
File Type:pdf, Size:1020Kb

DALLAS-FORT WORTH INTERNATIONAL AIRPORT
ADDENDUM NO. 01
TO THE REQUEST FOR BIDS
Contract No. 9500332
Terminals B and E Passenger Boarding Bridge Replacement
May 5, 2008
THE REQUEST FOR BIDS (RFB) FOR THE ABOVE IS HEREBY REVISED AS FOLLOWS:
THIS ADDENDUM CONSISTS OF 12 PAGES AND THREE ATTACHMENTS.
Item 1. ATTACHMENT 1 – BID PAGES Delete the Summary of Unit Price Bid Page B-2 in its entirety, and replace with the attached Summary of Unit Price Bid Page B-2rev.
Item 2. Pay Items Unit Price sheets: Item No. 18 – Revise the first sentence in the description to read: “Remove and discard existing Passenger Boarding Bridge (PBB) at Gate E36, …”
Item 3. LIQUIDATED DAMAGES Special Provisions, Page 3 – Delete section 1.0 Liquidated Damages in it entirety and replace the following:
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 1 of 13 1.0 LIQUIDATED DAMAGES – CONSTRUCTION (REVISED 03/14/08) A. If the Contractor fails to achieve substantial completion of the work within the time specified in the Contract, or any extension thereof, the Contractor shall pay the Owner, or the Owner will deduct payments due under this Contract or any other contract with the Owner, as liquidated damages, the sum of One Thousand and 00/100 DOLLARS ($1,000.00) for each calendar day of delay. B. The amount of liquidated damages provided in this Contract is neither a penalty nor a forfeiture and shall compensate the Owner solely for the Owner’s inability to use the Work for its intended purpose and is not intended to, and does not, include: 1. Any damages, additional or extended costs, incurred by the Owner, for extended administration of this Contract, or by the Owner’s agents, consultants, or independent contractors for extended administration of this Contract. 2. Any increases in financing costs resulting from the delay in completion of the Work. 3. Any additional services, relating to or arising as a result of the delay in the completion of the Work. The Owner shall be entitled to claim against the Contractor for its actual damages and amounts not specifically included within the liquidated damages as set forth herein. Such costs shall be computed separately. Together with liquidated damages, they shall be either deducted from the Contract Amount or billed to the Contractor. C. If the Owner terminates the Contractor’s right to proceed because of the Contractor’s failure to achieve substantial completion of the Work within the time specified in the Contract, or any extension thereof, the resulting damage will consist of liquidated damages until such reasonable time as may be required for final completion of the Work together with all items not covered in liquidated damages, as specified in paragraph B., and any increased costs occasioned by the Owner in completing the Work. D. If the Owner does not terminate the Contractor’s right to proceed, the resulting damage will consist of liquidated damages until the Work is completed or accepted. E. The liquidated damages referred to in this article are intended to be and are cumulative and shall be in addition to every other remedy now or hereinafter enforceable at law, in equity, by statute, or under the Contract.
Item 4. INDEMNIFICATION AND HOLD HARMLESS Special Provisions, Page 28 – Delete section 34.0 Indemnification and Hold Harmless in its entirety and replace the following:
34.0 INDEMNIFICATION AND HOLD HARMLESS/CONSEQUENTIAL DAMAGES (REVISED 03/14/08) A. THE CONTRACTOR SHALL DEFEND THE CITIES OF DALLAS AND FORT WORTH, THE DFW AIRPORT BOARD, AND THEIR RESPECTIVE OFFICERS, AGENTS AND EMPLOYEES, HEREIN REFERRED TO AS ‘INDEMNITIES’ AGAINST ANY AND ALL SUITS, ACTIONS AND CLAIMS,
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 2 of 13 AND SHALL INDEMNIFY THEM FOR ANY DAMAGES THEY (OR ANY ONE OR MORE OF THEM) SHALL BECOME LEGALLY OBLIGATED TO PAY FOR PERSONAL INJURY (INCLUDING DEATH) OR DAMAGE TO PROPERTY, RESULTING FROM, ARISING OUT OF, OR INCURRED IN CONNECTION WITH :
1. THE OPERATIONS OF THE CONTRACTOR, ITS SUBCONTRACTORS, OR SUBCONTRACTORS THEREUNDER; OR
2. ANY NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF CONTRACTOR OR ITS SUBCONTRACTORS OR THEIR AGENTS OR EMPLOYEES IN THE EXECUTION OF THE CONTRACT; OR
3. THE FAILURE OF THE CONTRACTOR TO PROVIDE NECESSARY BARRICADES, WARNING LIGHTS, OR SIGNS; OR
4. ANY NEGLECT OF THE CONTRACTOR TO SAFEGUARD THE WORK; OR
5. THE USE OF MATERIAL NOT CONFORMING TO THE CONTRACT REQUIREMENTS OR OTHERWISE UNACCEPTABLE OR DEFECTIVE; OR
6. ANY VIOLATION OF LAW, ORDINANCE, REGULATION, OR ORDER OF ANY PUBLIC AUTHORITY HAVING JURISDICTION OVER THE WORK.
B. CONTRACTOR SHALL BE REQUIRED TO PAY ANY JUDGMENT, WITH COSTS, WHICH MAY BE OBTAINED AGAINST THE INDEMNITIES GROWING OUT OF SUCH INJURY, AND/OR DAMAGE. IN ADDITION, THE CONTRACTOR AGREES TO FULLY INDEMNIFY AND HOLD HARMLESS THE OWNER AND ALL INDEPENDENT CONTRACTORS FROM ANY WRONGS, INJURIES, DEMANDS, OR SUITS FOR DAMAGES EITHER REAL OR ASSERTED, CLAIMED AGAINST THEM, THAT MAY BE OCCASIONED BY ANY ACT, OMISSION, NEGLECT, OR MISCONDUCT OF THE SAID CONTRACTOR OF ITS SUBCONTRACTORS AND THEIR AGENTS, SERVANTS, OR EMPLOYEES.
C. NEITHER PARTY SHALL BE LIABLE TO THE OTHER, IN TORT, CONTRACT OR OTHERWISE, FOR CONSEQUENTIAL, INDIRECT, SPECIAL OR PUNITIVE DAMAGES, EXCEPT AS EXPLICITLY STATED ELSEWHERE IN THIS CONTRACT.
Item 5. INSURANCE Special Provisions 3.0, Section D - Standard Insurance Schedule, Page 13. Add the following language:
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 3 of 13 h. Pollution Liability Insurance
1.) The asbestos associated work will require Pollution Liability Insurance in the amount of $1,000,000.00.
2.) If you have any exposure to asbestos, lead, mold, (including any work which could, if not performed properly, lead to mold or fungal contamination), petroleum products, contaminated soils, or other pollutants, you shall provide appropriate Pollution Liability or Environmental Impairment insurance.
3.) If the Pollution Liability policy is Claims-Made, the Retroactive Date must be on or before the contract date or the date of the contractor’s first exposure to pollutants, or first work that may give rise to a pollution liability claim, related to our contract.
THE CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE ABOVE TITLED PROJECT ARE HEREBY AMENDED OR REVISED AS FOLLOWS
Item 6. Specification Section 13041 - Paragraph 2.7 CONTROLS AND INDICATORS: Delete subparagraph 2.7.A.2.a. and 2.7.A.2.b. in their entirety, and replace with the following:
a. A 3 position key switch with positions marked "Auto-level", "Off" and "Operate". The key shall be removed only in the "Off" or "Auto" positions. The autoleveler arm will extend when the switch is put in the "Auto" position.
Item 7. Specification Section 13041, Section 2.11, Paragraph F.2 - Delete this paragraph in its entirety, and replace with the following:
"Paragraph F.2. - Five new (5) unswitched, 120 volt, 1 phase, 60Hz, 15 Amp three-conductor duplex receptacles shall be provided: one located near the operator's console, one in the rotunda, one weatherproof receptacle at the wheel undercarriage near one of the lift columns, and two weatherproof receptacles at the rotunda support column."
Item 8. ATTACHMENT 2 – Limited Asbestos Inspection Report for the Passenger Boarding Bridge at Gate B24. Include this in the Attachment issued with the bid package.
Item 9. ATTACHMENT 3 – PRE-BID ATTENDEES A pre-bid conference and site visit was held on Wednesday, April 27, 2008. Attached is a list of attendees. The following questions were received during and subsequent to the pre-bid meeting:
The following questions were submitted by FMC Technologies:
1. Reference MEP 03.104 drawing Keyed Notes - Electrical – Note 1 indicates the installation of the luggage lift push button to be mounted on the outside of the lift column. The luggage lift pushbutton cannot be installed on the lift column for safety reasons; the pushbutton must be installed on the luggage lift. Will this be acceptable? Responses: It is acceptable to mount the pushbutton on the luggage lift.
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 4 of 13 2. Reference MEP 09.001 drawing – Note 2 indicates that all existing controls and disconnect switches be removed and reinstalled on new H-frame to be located next to the new rotunda column. Our standard bridge design includes ETL approved disconnects and switches mounted on the rotunda. This disconnect can also accommodate switches for 400 Hz and PCA. In order to maintain equipment capability, please allow us to provide new bridge disconnects and switches mounted on the rotunda in lieu of the H-frame referenced in the drawings. Response: The contractor can install disconnects and switches on the rotunda column provided that the installation is neat and orderly. The contractor is to provide to the engineer drawings showing this layout for approval prior to installation.
Additionally, please confirm if we are to provide new or reuse the existing disconnect switches for the existing 400 Hz and PCA that are to be reinstalled on the new bridges. Response: The contractor is to provide and install new disconnect switches.
3. Please clarify the requirement to ground the rotunda base plate and/or CAD weld ground. Also note that some gates do not have anything to ground the rotunda to the apron therefore we will need clarification on the requirement to ground the rotunda base plate at these gates. Response: At locations where there is an existing ground rod at the rotunda pier cap, the new rotunda base plate shall be reconnected to this grounding system.
4. Terminal E gates have an existing monitoring system. Who is responsible to disconnect and reconnect this monitoring system? If this is the bridge contractor’s responsibility, we will need detailed information on the type of monitoring system and its requirement. Response: The Owner will be responsible for relocating the monitoring system. The Contractor will coordinate the relocation effort with DFW ITS Department.
5. Drawings indicate that contractor is to paint all the items that will be removed and reinstalled to match new bridge color. Please confirm if we are required to paint TAD’s, doglegs, associated conduit and piping. If this is required, please provide paint specifications for the TAD’s. Response: The Contractor will be responsible for painting any additional framework required to reinstall the support equipment removed from the old PBB. It will not be required to paint conduit and piping, or to repaint existing support equipment. Paint specifications are in Section 09911.
6. Reference drawings MEP 03.104 – Notes 1 and 11 – Please clarify if Gates B33 and B35 are to have bag lifts installed on the Rotunda. Response: The bag lift at B35 is currently at the cab. Because Gate B35 is to be SAAB aircraft capable, the bag lift will be reinstalled at the Rotunda. The bag lift at B33 is to be mounted on the cab.
7. Gate B33 has an existing Blue Late Bag Light on the existing rotunda disconnect panel. Who is responsible to remove and reinstall? Response: The Contractor shall remove and reinstall the late bag light.
8. Please clarify if new cable hoists are required on all gates? Response: New cable hoists are required on all gates.
9. Section 2.12.B-O – The Exterior/Interior Coating Systems as outlined are specific to a particular manufacturer and are not applicable across the industry. Please allow the following exterior / interior coating systems as an alternate. (See attached).
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 5 of 13 Response: The standard two-coat painting system specification developed by Sherwin Williams specifically for Passenger Boarding Bridges is acceptable. Substitutions that meet all requirements of the specifications may be considered under Specification Section 01630.
10. The Customer specification does not list the existing equipment manufacturer, size or model, or OG number. Please provide a listing for the existing equipment? Response: The Contract Documents list the sizes for the various PBBs. The Passenger Boarding Bridge Manufacturer shall field verify and recommend replacement models prior to installation.
11. Please confirm if the Owner will be responsible to determine the adequacy of the existing foundations. Response: All existing foundations are currently in service. If any deficiencies are discovered during the removal of the existing PBBs, the contractor is to notify the Owner immediately, and corrective action will be determined.
12. The Customer specification 13041-7, item 2.2.3. list the “Intended Aircraft: -“ but does not list any aircraft. Please confirm the aircraft mix for the gates/bridges under specification 13041. Response: Aircraft mix will be provided at a later date.
13. The Customer specification 13041-11, item 2.6 L., states that “the cab shall be equipped with side shifting cab …”. The Customer specification 13042 is for Gate B35 only – this specification does list the aircraft mix (including the Saab aircraft) and also states under specification 13042-1, item 2.2, the requirement for “Side Shifting Cab:” Please confirm if all new bridges (not just the new bridge for Gate B35) require the “Side Shift Cab”. Response: Provide as specified.
14. Please reference Bid Form B-2e, item 18 - identifies the Gate as “B36” however drawing A4- 008 has Gate identified as “E36”. Please confirm correct gate number. Response: The correct gate number for item 18 is E36.
15. Gate E9 Bridge has a central system PCA and a Point-of-Use PCA. What unit is to be reinstalled on the new bridges? Response: Both units are to be reinstalled.
16. Please reference drawing MEP02.101 – Gate B18 references a keyed note 13 however the note is not listed for this item. Please confirm if there is a requirement for this item. Response: Disregard the plan reference to keyed note 13. This reference will be removed in the “Issued for Construction “ set of documents.
17. FMC Technologies, Jetway respectfully requests a bid extension of the due date of two weeks. This will enable us to digest answers to our questions once they are issued and develop our proposal accordingly. Response: Request denied. Bids must be received on the date and time as issued in the Request for Bids.
The following questions were submitted by ThyssenKrupp Airport Systems, Inc:
18. Payment and Performance Bonds: It appears that two separate stand alone bonds are required; Performance Bond for 100% of the work and another one Payment Bond for 100% of the work. Please clarify if this is correct. If this is correct, this in effect requires bonds in
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 6 of 13 total of 200%. Would you consider requiring one combined Payment and Performance bond in total of 100% of the contract amount? Response: These bonds cannot be combined. They are separate bonds and must be for 100% of the contract value.
19. Page B-2e, Bid Item 20, Removal of Apron Markings: Please specify if there is any hazardous content in the existing paint which would require abatement. Response: The specific markings to be removed have not been identified yet, and therefore have not been tested for hazardous content. The proposed unit price should only include normal removal, collection, and disposal activities. Once areas are identified, the Airport will test the existing apron markings, and an additional unit price item will be established if special removal and disposal procedures are required.
20. Page SP 3 of 40, Item 1.0.A. Liquidated Damages: It states that the L.D.s will be $1,000 per day. It does not state any cap. We would like to ask L.D.s to be capped at certain amount. Our company policy does not allow us to bid jobs with uncapped L.D.s Response: Refer to Item 3, Liquidated Damages
21. Item B.1 of the same title, further states that in addition to the L.D.s Owner will charge, damages, additional or extended costs, incurred by the Owner, for extended administration of this Contract, or the Owner’s Agent, consultants, or independent contractors for extended administration of this Contract. This is very unusual requirement. L.D.s, in general, ill cover these costs since it is very difficult to determine what these costs might be. The way it is written under this paragraph exposes the Contractor to unspecified amount of liabilities. This is neither customary nor reasonable. Would the Owner consider deleting this requirement? Otherwise it will force bidders to take unreasonable and incalculable risk. Response: Refer to Item 3, Liquidated Damages
22. Item B, Finance Cost: Again, it makes the Contractor liable for unspecified finance cost which Contractor can’t calculate the amount. Therefore, we ask if this could be deleted. Response: Refer to Item 3, Liquidated Damages
23. Item 3: It further states that in addition to L.D.s, all the liabilities stated above, it requires Contractor to be responsible for actual damages. There is no way of knowing or calculating the “damages” mentioned in this paragraph. It may be interpreted that Contractor will be responsible for consequential damages. Considering that Contractor will provide Payment and Performance bond, be subject to L.D.s for delays, additional liabilities, and particularly being liable for “damages” is not reasonable risk for a multi-billion dollar company, such as ours to take. Would the Owner consider adjusting the L.D.s to cover the additional risks stated above in exchange for deleting these additional items? Response: Refer to Item 3, Liquidated Damages
24. Consequential Damages: Furthermore, we kindly ask the Owner to state clearly that Contractor will not be subject to consequential damages. If consequential damages will apply, we can NOT bid the job. Response: Refer to Item 3, Liquidated Damages
25. Page SP 24 of 40, Item 20.B. Proprietary / Trade Secret Information: It states that Proprietary / Trade secret information pertaining to this contract may not be withheld from owner or its Authorized Representative. If requested by the contractor not to make it public, would it be acceptable?
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 7 of 13 Response: You may mail items “Confidential” however, we are subject to and must comply with the Freedom of Information Act.
26. Page GP 12 of 52, Item 30-5.a. Performance Bond: It is our understanding that the duration of this bond will be for one year, starting from the date of acceptance. Please clarify if it is correct. Also, please clarify which acceptance is referenced; Substantial Completion or Final Completion? Response: The duration of the performance bond is NTP through one (1) year from the date of Final Completion.
27. Page 01010-2, Item 1, 3rd line from the top: It states “Any existing Roof-mounted HVAC unit mounted on the existing bridge (if existing bridge is so equipped) shall be removed and re- installed on new curb and flashing on the new bridge. Please clarify what is meant with new curb? It appears it should have meant “cab”. Please clarify. Response: Most roof-mounted HVAC units are mounted on a curb to raise the units off the roof, and make it easier to install flashing and weatherproofing.
28. Page 01010-2, Item C. Cable Hoist: It states that Equipment removed by the Owner includes, but is not limited to, bogey motors, cable hoists, contactors, and relays. Please clarify if the removed existing cable hoists are to be reinstalled by the PBB Contrator? Response: The Owner will be responsible for removing the cable hoists if these are to be salvaged. If the Owner chooses not to remove these items, the contractor will discard them with the rest of the PBB to be removed. New aircraft cables and cable hoists are to be provided for both the 400 Hz and 28V systems.
29. Page 01500-3, Item 1.10.A. Temporary Fence: It is our understanding that the gate will be barricaded by a fence provided by the Contractor. Please clarify if it is the only barricade that will be needed, i.e., if fence is provided, do we need to provide concrete barricades? Response: Either a fence or concrete barricades are acceptable. However, in most situations, no fence is required, since the PBB being replaced is at a closed gate, and sufficient work space is available.
30. Existing 400 Hz, and PCA Equipment: It is our understanding that the Contractor will re- install existing 400Hz and PCA equipment “as is”. Contractor will not be responsible for repairing, refurbishing, or doing anything with the units other than reinstalling them. It is not Contractor’s responsibility to test and verify if they work or not properly. Please clarify if our understanding is correct. Response: The Owner will contract with an independent commissioning consultant, to assess the condition of the existing equipment, and to re-commission the equipment prior to putting it back in service. Any items that are in need of repair prior to the PBB being taken out of service will be noted and passed on the Owner for resolution. The PBB Contractor should also satisfy himself that the equipment to be removed and reinstalled is working properly, and document any problems prior to removal. If the equipment was documented to be operational when removed, it will be the responsibility of the Contractor to correct any problem that surfaces after reinstallation.
31. Page 13041-4, Item 1.5.9 Handrails at Transition Ramps: We provide handrails at tunnel A transition ramp. Our tunnels have a ramp inside tunnel “A” and “B”. In tunnel “B” about one foot of the floor will extend out of the tunnel. Due to high precision manufacturing, the gap
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 8 of 13 between the tunnel “A” and “B” is very small, therefore do not require handrail. Additionally, it is impossible to put handrail in tunnel “B” ramp. Please see our bridges in Terminal D. If we demonstrate that a transition ramp is not needed in tunnel “B” in our bridges, would it be acceptable? Response: Yes.
32. Page 13041-5, Item I, Life Span of Metal Surfaces: The first sentence required useful bridge life to be 20 years. The second sentence says “The supplier is required to provide a detailed description of the process and materials that are to be used, and anticipated life span of metal surfaces against rust. Please clarify if it is the intention of this item to require bridge manufacturer to come up with a proper paint system that would last 20 years if bridge and paint system maintained in accordance with bridge manufacturer’s recommended maintenance procedure. Response: The O&M material provided by the supplier should contain information on paint systems and maintenance of painted surfaces. The intent is to provide a PBB that can be maintained in a reasonable manner, and that with proper care will continue to satisfy the Owner’s needs in function and appearance.
33. Page 13041-7, Item 2.2.4, 12 ft. Vertical Drive Column: Specifications are requiring the 12 foot lift column. If the selected bridge reaches all the scheduled aircraft and plus up to 747 with 10 ft. vertical drive column, would 10 ft. vertical drive column be accepted? Due to location of our lift columns, 10 ft. lift column would reach the larger aircraft providing that it stays within the allowable bridge slope. Response: 12 ft. lift columns are required on all new boarding bridges.
34. Page 13041-7, Item 2.3.A. Anchor Bolts: It states that the support column shall be bolted to the existing column foundation using existing or new anchor bolts with new galvanized steel nuts and washers. It is our understanding that the Contractor will supply only the new nuts and washers. Please clarify if our understanding is correct. Further, if new anchor bolts are required, since they are part of the foundation, they would be supplied by others. Please clarify if our understanding is correct. Response: New anchor bolts are not required. The PBB contractor will provide new nuts and washers. The contractor has the option of either double bolting at all locations, or, after torquing the anchor bolt nuts, welding the washer to the base plate, and welding the nut to the washer.
35. Page 13401, Item 2.4.B and D, Corrugated Tunnels: It says that the tunnels will be constructed from corrugated steel. Our standard is smooth sided galvanealed tunnels, like the Terminal D bridges. Would our standard be acceptable? Response: Yes.
36. Page 13041, Item 2.4. Item C. and E. Roof: Item C requires roof and floor to be corrugated steel, but item E requires roof to be flat. Since corrugated roof will trap water, dirt, snow, etc., it is our understanding that roof will be flat. Please clarify if our understanding is correct. Response: Flat roof can be fabricated using either corrugated panels or flat panels, depending on the manufacturer’s standard details. Both systems are acceptable.
37. Page 13041-12, Item 2.7.A.2.h., Push Button to Activate Canopy: It requires more than one button to activate canopy arms. We use one button to activate each independent canopy arm as our standard. We ask our standard to be accepted. Response: One button for each independent canopy arm is acceptable.
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 9 of 13 38. Page 13041-15, Item 4.c. Roof Access Ladder and Handrails: It states that roof access ladder, and handrail extending from the ladder to roof vent fan is needed. It has been our goal to eliminate climbing to the roof for periodic maintenance reasons. Therefore, normally we don’t provide anything on the roof which would require periodic maintenance. If we provide a vent fan that can be accessed from inside through the ceiling for periodic maintenance, would roof access ladder and handrail requirement be deleted? Response: The roof access ladder is required for access to the roof fan and for routine inspections and maintenance. Also, several of the bridges will have roof- mounted HVAC units, that will require ladder and handrails for maintenance.
39. Page 13041-17, Item I.2, Tunnel Lights: It requires the tunnel lights to be run longitudinally parallel to the bridge centerline. This is offered by our competitor. Our standard is running the light fixtures perpendicular to the tunnel axis. Changing our design is not possible due to tunnel construction. If we meet the required lighting level, would our standard be acceptable? Response: Either lighting arrangement is acceptable, as long as the lighting levels are met.
40. Page 13041-17, Item 2.12.A.2. Interior Wall Finish: It requires walls to be wallboard. We use galvanized steel sheets coil coated painted and backed by continuous insulation. They will last for the life of the bridge. Would our standard be acceptable? Response: The Owner requires phenolic panels as specified.
41. Page 13041-17, Item 2.12.A.3. Plank Ceiling: It requires ceilings to be 8” wide plank ceiling. We provide continuous galvanized steel sheets coli coat painted panels as our standard. They prevent dust from entering into ceiling. They are easy to clean. Due to our tunnel construction, we cannot accommodate plank ceiling. We ask our standard to be accepted. Response: The Owner will accept flat ceiling per manufacturer’s standard.
42. Page 13041-18, Item B. Paint: It requires sandblasting all steel surfaces. We use galvanized / galvanealed steel panels in constructing our tunnels. This requires a special paint system. If we demonstrate that our paint system meets or exceeds the expected paint system, would our paint system be allowed? Response: Yes.
43. Page 13041-22, Item 2.13. A., B. 400Hz and PCA Old / New PBB Size: Specifications are requiring existing 400 Hz and PCA systems to be reinstalled on the new bridges. Please clarify if the old bridges are being replaced with the same size new bridges. If supplied bridges can’t accommodate the existing 400Hz and PCA systems and components, and if the new bridge or the existing equipment requires modification, would these modifications be paid through an acceptable change order? If not, please clarify how it would be handled. Response: The contractor will be responsible for making all the modifications to the brackets and/or mounting systems and hardware as necessary to remount all equipment removed from the old PBBs, which is noted to be reinstalled on the new PBBs. No change order will be issued for this work.
44. Page 13041-22, Item 2.13.A.B. It is our understanding that new 400Hz and PCA brackets will be used, and they will be painted with the same color as the bridges. Please clarify if the existing 400Hz and PCA units will also be painted to match bridge color. If yes, please clarify the color of the existing 400Hz and PCA units, also the new bridge exterior color. Response: Only the brackets and other mounting hardware for the reinstalled equipment is to be painted. The Color for the bridge is to be Sherwin Williams Polane H, G64WY8 Artic White.
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 10 of 13 45. Page 13041-31, Item 3.3A. Furnish Anchors: It requires the Contractor to provide all anchors. As explained earlier, we would like to take exception to rotunda column anchor bolts. If anchor bolts are required, can we deliver to site (provided that they are designed by others), but not install them in a foundation. Would this be acceptable? Response: All existing foundations have all anchor bolts in place, and these anchor bolts will be reused. Previous questions addressed the anchor bolt nuts and washers. No new foundation anchor bolts are required.
46. Section 2.0, B. This section indicates that a high level official shall be appointed to administer and coordinate the Contractor’s efforts to carry out this D/M/WBE policy. Please Clarify the Owner’s definition of high level official. Response: A high level official would be the owner or someone with authority to make decisions on behalf of the company.
47. Section 2.0, G. We understand the requirement for payment to our subcontractors to be paid within 7 days after payment is received from Owner. What is the timeline (net 30) that the Owner will review/approve and make payment to the Contractor following the submission of the bills and invoices? Response: The Owner will make payment within 30 days from the receipt of the invoice. In cases where the required documents are not included with the invoice, the invoice may be returned to the contractor for corrections. Once resubmitted, a new 30 day cycle will begin.
48. Section 6.0, B-3. This section indicates that the Contractor will be responsible to enforce all warranties for the benefits of the Owner if directed by the Owner. TKAS has some concerns in that the enforcement of any warranties with third parties after the work is completed may be difficult since we are not the final customer. Would the Owner consider removing this requirement? Response: We are unable to remove this requirement. Please comply with the warranty provision as indicated in Section 6.0, Warranty of Construction.
49. Section 20.0, Audit Records. Our company policy restricts us from releasing our Insurance records due to the fact that our insurance policies cover all of the ThyssenKrupp USA companies in North America (60). The information contained in these policies is much broader and contains confidential financial information. We can, however provide summaries and digests as required. Would this be acceptable to the Owner? Response: Please comply with the provisions as written in Section 20.0, Audit and Records.
50. Section 34.0 Indemnification. Our policies allow us to bid on projects where the liability is shared specific to the negligence of either party. Will the Owner consider revising the Indemnification Clause to include the below paragraph? “The City of Dallas and Fort Worth and the DFW Airport Board shall likewise release, indemnify, hold harmless and defend Contractor from and against claims or suits related to liability or losses related to the performance of this agreement, for those acts shown to be caused by the alleged negligence, omission or reckless disregard of the City of Dallas and Fort Worth and the DFW Airport Board, their respective officers, agents, servants, employees, and subcontractors." Response: Refer to Item 4, Indemnification.
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 11 of 13 51. Our carrier uses the standard Accord certificate format for Insurance Certificates which closely resemble the form that you are requiring. Would the standard Accord Certificate be acceptable to the Owner? Response: Yes, the standard Accord Certificate is acceptable.
52. With regards to Section 3.0.B Our Insurance Carrier is requesting the wording be amended to reflect that the insurance companies will endeavor to provide 30 days written notice of policy cancellation to the certificate holder. The insurance companies will not provide any notice of material change. Response: Please comply with the insurance requirements as indicated in Special Provisions, Section 3.0, Insurance – Work on Owner Installation.
53. Sections 3.0, D.4.c. and 3.0, D.5.d. Our carrier attempts to provide renewal documents as quickly as possible, but they cannot agree to 10 days advance prior to expiration. We request that the Owner remove this requirement. Response: We are unable to remove this requirement. Please comply with the insurance requirements as indicated in Special Provisions, Section 3.0, D – Standard Insurance Schedule.
54. Section 3.0.D.5.e.2. Our Carrier can only issue documentation for current insurance policies, regardless of project completion date. Would the Owner remove this requirement? Response: This section simply states that a new insurance certificate shall be provided if insurance expires prior to the completion of the project.
55. Section 3.0.D.5.g. This section requires that the Contractor notify the Owner within 10 days of any change that materially affects the provisions of coverage. Our Insurance coverage is part of various consolidated policies covering 60 companies under TKUAS. Our Carrier and insurance companies are not able to provide notice of a material change to a policy. Would the Owner remove this requirement? Response: We are unable to remove this requirement. Please comply with the insurance requirements as indicated in Special Provisions, Section 3.0, D – Standard Insurance Schedule.
56. Section 3.0.D.5.h. Worker’s Compensation Notice Postings. Please advise where the Owner specifically wants these posted and if additional Worker’s Compensation posting notices are required in any other location on the Airport. Response: The notices are to be posted at the job site and must be visible by all persons providing services.
57. Section 3.0. D.1.g. This section indicates that “Special Insurance Requirements for Asbestos associated work will be added as required. Would you please confirm that this project does or does not include asbestos associated work? Response: The Terminal B Bridges have some level of Asbestos-Containing Materials. The Contractor will be responsible for providing abatement services on these bridges. This is included in the original Attachment to the Contract Documents. Refer also to Item 7, Limited Asbestos Inspection Report for the PBB at Gate B24 (Add Alternate)
58. If asbestos associated work is required, please provide the insurance coverage type and limits that will be required by the Owner. Response: Refer to Item 5, Insurance.
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 12 of 13 59. Section 3.0.D.1.b.3. The CG2503 Endorsement is not attached to the current policy. Please confirm that this endorsement is absolutely required? Response: Yes, this endorsement is required. If it is not required, would the Owner be willing to remove? Response: No, we are unable to remove this requirement.
Also in this section, The CG2010 07/04 Endorsement - Blanket is attached to the current policy, however it does not apply per project. As our Endorsement is a blanket and not per project would this be acceptable to the owner? Response: No, please comply with the requirements of this section.
END OF ADDENDUM NO. 01
Terminals B&E PBB Replacement Addendum No. 01 Contract No. 9500332
Page 13 of 13