Addendum No. 04 - MS Dallas€¦ · January 6, 2011 Addendum No. 04 This Addendum, ... The...
Transcript of Addendum No. 04 - MS Dallas€¦ · January 6, 2011 Addendum No. 04 This Addendum, ... The...
Page 1 of 2
Competitive Sealed Proposal (CSP)
Dallas / Fort Worth International Airport Terminal Renewal and Improvement Program for Supplemental Agreement # 04 (Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage)
January 6, 2011
Addendum No. 04 This Addendum, issued to all proposers, forms a part of the Contract Documents and modifies the original SA-04 Terminal Renewal and Improvement Program project package documents dated December 10, 2010 to the extent noted herein. Careful note of this Addendum shall be taken by all parties of interest so that proper adjustments are made in all computations and estimates so that all trades affected are fully advised in the performance of work that will be required by them. Each proposer shall acknowledge receipt of this Addendum in their Proposal in the indicated location. Failure to do so may constitute a non-conforming offer. The bid date and time remains unchanged. Bids are due Tuesday, January 18, 2011 at 2:00pm (CST). All conditions relative to bidding requirements still apply. The following components and clarifications are included in this Addendum:
1. New Attachments: a. Walk through sign-in sheet for Mech. / Plumbing / Fire Suppression Trades held on December 17, 2010
at 8:30am (refer to Attachment #A04.01)
b. Walk through sign-in sheet for Electrical / Low Voltage Trades held on December 20, 2010 at 8:30am
(refer to Attachment #A04.02)
c. Updated RFI Log dated January 6, 2011 with most current responses (see Attachment #A04.03).
d. Scope of Work for the AVDGS and FINAL BAG INTEGRATION from Safegate Systems (refer to
Attachment A04.04).
e. Fixture Type H1 Cut Sheet (refer to Attachment #A04.05)
2. Revised Attachments (1st Issued on December 10, 2010)
a. Instructions to Proposers (Attachment #1). Revised sections marked as amended on the document.
b. Corrected Payment and Performance Bond Forms (Exhibit F). Modified language to reflect Subcontract will be with BARC in lieu of DFW Airport.
c. Revised Proposal Form – Part 1 for Mechanical (Attachment 11B). Modified Insurance breakout requirements and added option for extended warranty.
d. Revised Proposal Form – Part 2 for Mechanical (Attachment 11B). Added breakout for Demolition.
e. Revised Proposal Form – Part 1 for Electrical (Attachment 12B). Modified Insurance breakout requirements and added option for extended warranty.
f. Revised Proposal Form – Part 2 for Electrical (Attachment 12B). Added breakout for Demolition.
g. Revised Proposal Form – Part 1 for Fire Protection (Attachment 13B). Modified Insurance breakout requirements and added option for extended warranty.
Page 2 of 2
Competitive Sealed Proposal (CSP)
Dallas / Fort Worth International Airport Terminal Renewal and Improvement Program for Supplemental Agreement # 04 (Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage)
January 6, 2011
h. Revised Proposal Form – Part 2 for Fire Protection (Attachment 13B). Added breakout for Demolition.
i. Revised Proposal Form – Part 1 for Low Voltage (Attachment 14B). Modified Insurance breakout requirements and added option for extended warranty.
j. Revised Proposal Form – Part 2 for Low Voltage (Attachment 14B). Added breakout for Demolition.
3. Clarifications
a. The Preliminary Schedule of Subcontractors submitted by the proposers do not have to list specific subcontractors or suppliers used for obtaining the MWBE goal. It may simply outline general areas of the scope of work of this subcontractor where the proposer will attempt to achieve the MWBE goals. This does not commit the proposer to be obligated to any subcontractor or supplier as of the submission of the proposal on January 18, 2011. However, upon receipt of a Subcontract for construction of the work, Subcontractor will be required to submit the FINAL Schedule of Subcontractors after they have bid the work and will then be committed to the subcontractors, suppliers and percentages listed.
END OF ADDENDUM NUMBER FOUR (4)
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
30Mecha
nical
MH0-0-10
02-DD
12/22/10
Drawing MH0-0-10
02-DD clearly states in key note HD02
that no de
molition
or new
work is to
be do
ne in th
e ATSAC area. H
owever, o
n draw
ing MH1-1-
107A
-DD, the
re is a note that states that th
e ATSAC area “sha
ll be
provide
d
with” its own de
dicated air cond
ition
ing system
. In th
e de
sign
narrative,
3.5.A.1.b., it ap
pears that th
e HVAC equ
ipmen
t serving
the ATSAC area will
not b
e replaced
, but th
e controls and
hydronic piping
will be replaced
. Also,
the de
sign
narrative (3.5.C.1.) indicates that te
mpo
rary air ha
ndling un
it(s)
will be ne
eded
for the ATSAC area. W
e’ve bee
n un
able to
find
an air
hand
ling un
it on
the plan
s or on the sche
dule th
at is ded
icated
to th
is
space. S
ection 3.5.F.4. in the de
sign
narrative also add
resses th
is issue.
Please clarify wha
t work is to
be includ
ed in our mecha
nical propo
sal.
JAC
OB
S
31Mecha
nical
0178
3912
/22/10
Spe
cification section 01
78 39
Section 1.4.E req
uires the Perman
ent
Record Drawings be crea
ted on
Mylar rep
rodu
ctions. Please confirm
that
Mylar rep
rodu
ctions refers to th
e Record version of th
e Microstation-ba
sed
design
drawings (typically at 1
/8” scale) and
that th
e shop
drawings
(typically ¼
” scale) will not have to be subm
itted
on Mylar.
Req
uir
emen
ts in
th
e C
SP
BIM
sec
tio
n w
ill r
epla
ce t
his
spec
ific
atio
n.
BARC
01/05/11
32Mecha
nical
0133
2312
/22/10
Spe
cification section 01
33 23
Section 1.4.B.1 refers to sub
mitting shop
draw
ings as “rep
rodu
cible print” and
“op
aque
cop
ies”. Section 1.8.3 refers
to sub
mitting coordina
tion draw
ings in th
e form
of “reprod
ucible sep
ia
tran
sparen
cies”. Please confirm
that “vellum” is accep
table for
“rep
rodu
cible print” and
“reprod
ucible sep
ia tran
sparen
cies” an
d that “bo
nd”
is accep
table for “opa
que copies”.
Req
uir
emen
ts in
th
e C
SP
BIM
sec
tio
n w
ill r
epla
ce t
his
spec
ific
atio
n.
BARC
01/05/11
33Mecha
nical
Design Narrative
12/22/10
The
con
course level sho
ws nu
merou
s he
ating coils (HC) & motorized
dampe
rs (MD). For example, several MDs are show
n on
drawing MH1-2-
103A
-DD betwee
n column lines 26 & 27. An HC is sho
wn on
the same
draw
ing be
twee
n column lines 21 & 22. The
design na
rrative de
scribes th
e
intent fo
r these area
s on
pg. 63 & aga
in on pg
. 80. Item
F.2.e in th
e de
sign
narrative (pg. 80) states that th
e large spaces will be controlled by “control
dampe
r, airflow mea
suring station & reh
eat coil.” Please clarify wha
t
devices will be requ
ired at each MD & HC. F
or example, doe
s ea
ch HC &
MD req
uire an airflow mea
suring station?
Doe
s ea
ch HC also requ
ire an
MD in order to
mod
ulate airflow across the coil? Do the zone
s that only
show
an MD also requ
ire an HC in order to
com
ply with 3.5.A.5.b, w
hich
states “Reh
eat coils are anticipated
in all spaces” ?
Wh
en t
he
do
cum
ents
co
ntr
ict
them
selv
es s
uch
as
pag
e 63
an
d 8
0 o
f th
e D
esig
n N
arra
tive
, pro
vid
e th
e
mo
st s
trin
gen
t re
qu
irem
ent.
If t
he
Des
ign
Nar
rati
ve
con
tric
ts t
he
dra
win
gs,
fo
llow
th
e d
ocu
men
t
pre
ced
ence
ord
er a
s id
enti
fied
in t
he
RF
P.
BARC
12/23/10
Pag
e 1
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
34Mecha
nical
12/23/10
The
"Review and
Test con
dition of all existing Storm
and
San
itary piping" –
states all un
dergroun
d to be exam
ined
by Cam
era, includ
ing all access
points so requ
ired, abo
ve grade
to be tested
by sm
oke or alternative. Also
prior to tu
rnover of systems an
add
ition
al retesting with Cam
era will be
requ
ired. Please confirm
that ONLY
the un
dergroun
d po
rtions of S
anitary
and Storm
will req
uire th
e second
examination by cam
era. Ref. Item 3 A 7
page
3 of 2
1.
On
ly u
nd
erg
rou
nd
po
rtio
ns
are
to b
e ex
amin
ed b
y a
cam
era
BARC
12/23/10
35Mecha
nical
12/23/10
Item 5 c pag
e 14
of 2
1 Mecha
nical scope
states there is no air
requ
iremen
ts fo
r the concession
area's ho
wever th
e Ten
ant D
esign Man
ual
dated 11
-8-201
0 indicates a 1.8 cfm/s/f. at e
ach tena
nt spa
ce along
with
CHW, H
W, D
CW, S
an. P
lease confirm
that th
ere are no
air requ
iremen
ts
includ
ing bo
th sup
ply an
d exha
ust stub ins.
Th
e m
ech
anic
al c
on
trac
tor
is t
o p
rovi
de
uti
litie
s
stu
bb
ed in
to t
he
area
fo
r C
HW
, HW
, DC
W, a
nd
San
itar
y. T
he
ten
ant
con
trac
tor
will
pro
vid
e an
d in
stal
l
the
FP
B in
th
ose
sp
aces
.
BARC
12/28/10
36Mecha
nical
12/23/10
Please provide a list o
f all Owne
r Furnished
Con
tractor Install equ
ipmen
t
that may app
ly to
the mecha
nical scope
of w
ork.
JAC
OB
S
37Mecha
nical
12/23/10
Und
er th
e expe
dited pa
ymen
t to MWBE firm
s (add
ressed
in th
e
Con
struction Con
tract S
pecial Provision
s, Pag
e 74
, Item #2), the
re is a
reference to interest payab
le by DFW as well as othe
r incentives. C
an
specifics of this provision be
provide
d?
Th
e ex
act
pro
cess
of
ho
w t
he
inte
rest
get
s p
aid
to
th
e
tier
act
ual
ly m
akin
g t
he
adva
nce
d p
aym
ent
will
be
def
ined
by
DF
W A
irp
ort
pri
or
to c
om
men
cem
ent
of
the
Wo
rk.
BARC
01/05/11
38Mecha
nical
12/23/10
Currently liqu
idated
dam
ages do no
t app
ear to be specified
. Can
spe
cific
rates be
provide
d?$1
,000
.00
a d
ay.
BARC
01/05/11
39Mecha
nical
12/23/10
Please provide the material or installation Spe
cifications fo
r Chilled Water,
Hea
ting Water, G
lycol, Water Treatmen
t. Grease Waste, C
ooking
Oil
Reclaim, R
efrigeran
t DX piping – Refrigeran
t Recovery piping
.R
efer
to
th
e "D
esig
n N
arra
tive
" p
rovi
ded
by
Jaco
bs.
BARC
12/27/10
40Mecha
nical
12/23/10
Please confirm
that all fire-stop
and
acoustical cau
lk will be ha
ndled by
BARC. T
he intent is to
use one
con
tractor.
Cu
rren
tly
this
sco
pe
will
be
pro
vid
ed b
y B
AR
C. A
n
add
alt
ern
ated
fo
r th
is s
cop
e h
as b
een
pro
vid
ed in
an
Ad
den
du
m.
BARC
12/27/10
41Mecha
nical
12/23/10
Pro-Press is not in th
e specification bu
t is curren
tly being
used in th
e
existing Terminals; please confirm
that it will it be acceptab
le fo
r all cop
per
system
s.R
efer
to
th
e "D
esig
n N
arra
tive
" p
rovi
ded
by
Jaco
bs.
BARC
12/27/10
42Mecha
nical
12/23/10
Please provide spec section 01
91 00
(Com
mission
ing).
JAC
OB
S
43Electrical
12/23/10
Must the
existing fire alarm pan
els be
reu
tilized
?R
efer
to
Sp
ecif
icat
ion
Sec
tio
n 2
8310
0, 1
.2.C
BARC
12/27/10
44Electrical
12/23/10
Is Notifier an acceptab
le alternative?
Ref
er t
o S
pec
ific
atio
n S
ecti
on
283
100,
2.1
.ABARC
12/27/10
45Electrical
12/23/10
Must the
fire alarm
reside on
the curren
t fire alarm
network? O
r, can
we
crea
te a new
network?
JAC
OB
S
46Electrical
12/23/10
Can
Hon
eywell’s network system
com
mun
icate an
d control othe
r bran
ds
like the OnyxW
orks network will com
mun
icate with a multitud
e of pan
els
includ
ing Hon
eywell.
JAC
OB
S
Pag
e 2
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
47Electrical
12/23/10
Is Hon
eywell the
only acceptab
le man
ufacturer for the fire alarm system?
Ref
er t
o S
pec
ific
atio
n S
ecti
on
283
100,
2.1
.ABARC
12/27/10
48Electrical
12/23/10
Spe
c 28
3100
2.4.B & E req
uires 12
ga THHN fo
r NAC con
ductors. Is FPLP
12 ga acceptab
le?
Pro
vid
e as
sp
ecif
ied
.BARC
12/27/10
49Electrical
12/23/10
Spe
c 28
3100
.1.2.A refers to te
rminal ‘C
’. Is th
is a typo
?Y
es, t
hat
sh
ou
ld r
ead
"T
erm
inal
A".
BARC
12/27/10
50Electrical
12/23/10
Is it req
uired to provide
and
install visua
l devices in accorda
nce with TDLR
Architectural Barriers Act 4.28 for common
areas to
includ
e storag
e an
d
closets?
JAC
OB
S
51Electrical
12/23/10
Will BIM mod
eling an
d coordina
tion be
req
uired for fire alarm?
Ref
er t
o t
he
"Ele
ctri
cal S
cop
e o
f W
ork
"BARC
12/27/10
52Electrical
12/23/10
Will th
ere be
fire alarm
permits req
uired by DFW? W
hat is the costs?
JAC
OB
S
53Electrical
12/23/10
Is th
ere supp
ression or FM-200
type
s of systems that will nee
d to be
mon
itored?
If so, how
man
y an
d locations?
No
FM
-200
sys
tem
s.BARC
12/27/10
54Electrical
12/23/10
Which system will mon
itor the tempo
rary tu
nnels be
ing supp
lied by Lasco?
Existing or New
? W
ho is respo
nsible fo
r conn
ections, p
rogram
ming?
As
well as discon
nection whe
n tunn
el is rem
oved
?
Las
co w
ill c
on
stru
ct t
he
tun
nel
s in
8' s
ecti
on
s. T
he
ME
P c
on
trac
tors
will
pro
vid
e th
eir
app
rop
iate
sco
pe
of
wo
rk f
or
each
sec
tio
n. T
hes
e sy
stem
s w
ill b
e
pro
vid
ed a
nd
inst
alle
d in
th
e sa
me
man
ner
as
the
rest
of
the
term
inal
co
nst
ruct
ion
req
uir
emen
ts.
BARC
01/05/11
55Lo
w Voltage
12/27/10
Con
firm if all or any low voltage
system cab
ling can be
rou
ted from
an
individu
al device to a cab
le tray via a non
-con
tinuo
us racew
ay “j-hoo
ks” or
is a con
tinuo
us con
duit system
req
uired?
If con
duit is req
uired, state th
e
minimum
size.
Ref
er t
o G
ener
al N
ote
s o
n D
raw
ing
TN
0-0-
1000
-DD
BARC
12/27/10
56Lo
w Voltage
12/27/10
The
spe
cifications and
narratives referen
ce Airport A
ccess Con
trol Systems
(AACS), DFW CCTV, a
nd American
Airlines CCTV systems ho
wever th
e
bid form
referen
ces AACS, S
ecurity, C
CTV, a
nd Card Access. P
lease
provide instruction on
how
to develop
pricing on
the bid form
for ea
ch of the
four areas. Wha
t sho
uld be
priced
und
er (a) Security and
(b) Card Access
that is not alread
y priced
und
er AACS or CCTV on the bid form
?
Th
is w
ill b
e co
rrec
ted
on
th
e b
id f
orm
in a
n
Ad
den
du
m.
BARC
12/28/10
57Lo
w Voltage
12/27/10
Wha
t is the man
ufacturer an
d prod
uct line, as well as de
tailed specifications
for the existing AVGDS? W
hat a
re th
e available interfaces fo
r interfacing
with th
e ne
w fina
l bag
ligh
ts?
Ref
er t
o D
esig
n N
arra
tive
, Dra
win
g T
N0-
0-10
00-D
D
and
th
e at
tach
ed s
cop
e d
escr
ipti
on
fro
m S
afeg
ate
for
dir
ecti
on
. Th
e co
ntr
acto
r is
to
pro
vid
e th
e re
qu
ired
ligh
ts, c
on
du
it, c
able
an
d p
rog
ram
min
g t
o m
eet
the
inte
nt
of
the
des
ign
nar
rati
ve. S
afeg
ate
can
pro
vid
e
the
pro
gra
mm
ing
inte
rfac
e fo
r th
e tw
o s
yste
ms,
ple
ase
con
tact
Ric
h W
eyan
dt
at 7
63-5
35-9
299
for
a
pro
po
sal.
All
oth
er s
cop
e is
to
be
per
form
ed b
y th
e
low
vo
ltag
e su
bco
ntr
acto
r.
BARC
12/28/10
Pag
e 3
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
58Lo
w Voltage
12/27/10
For th
e softw
are mod
ifications fo
r the AVGDS, w
hat is the existing softw
are
environm
ent? Is it intend
ed th
at con
tractor will perform
the work or
subcon
tract w
ith an existing softw
are de
velope
r? If the
latte
r, who
is th
e
POC fo
r the existing softw
are de
velope
r? If the
form
er, is curren
t sou
rce
code
available an
d wha
t is the softw
are en
vironm
ent? D
oes the AVGDS
curren
tly sup
port native IP over Etherne
t com
mun
ications?
Ref
er t
o R
FI#
57BARC
12/28/10
59Lo
w Voltage
12/27/10
For th
e softw
are de
velopm
ent to provide a PC-based
user interface for the
final bag
ligh
ts, w
hat is the de
sired functiona
lity? W
hat is the intend
ed
interface an
d functiona
lity be
twee
n the AVGDS and
the final bag
ligh
ts?
Ref
er t
o R
FI#
57BARC
12/28/10
60Lo
w Voltage
12/27/10
Based
upo
n the scop
e, drawings, a
nd spe
cifications provide
d, it app
ears
the intention for the Terminal A FIDS, B
IDS, G
IDS, C
IDS, a
nd RIDS is just
to rep
lace th
e existing displays and
video
tran
smitter / receivers, kee
ping
the curren
t produ
ction FIDS, B
IDS, G
IDS, C
IDS, a
nd RIDS systems in place
as owne
r furnishe
d or integrated
with new
systems that are owne
r furnishe
d
and ow
ner installed (OFOI). Is th
is correct?
Ref
er t
o D
esig
n N
arra
tive
an
d D
raw
ing
TN
0-0-
1000
-DD
for
dir
ecti
on
.BARC
12/28/10
61Mecha
nical
12/27/10
With th
e issuan
ce of A
dden
dum #2, please provide an
upd
ated
list of ‘CSP
Key Dates’ as show
n on
pag
e 1 of 25 in In
structions to
Propo
sers.
See
Ad
den
du
m #
3.BARC
12/28/10
62Mecha
nical
12/27/10
Criterion 4.d.i referen
ces Spe
cification Section 01
9100
. We ha
ve bee
n
unab
le to
locate it amon
g the bid do
cumen
ts. If it is missing
, please provide
a copy, a
nd if not, p
lease he
lp us find it.
JAC
OB
S
63Mecha
nical
12/27/10
The
Sam
ple Bid Bon
d form
is written to BARC, a
s ob
lige, which see
ms
correct. The
Perform
ance & Paymen
t Sam
ple Bon
d form
is written to
DFW Airport, as oblige, which see
ms incorrect. P
lease clarify and
provide
the requ
ired subcon
tract b
ond form
to be written to BARC.
Th
e d
ocu
men
t w
ill b
e re
vise
d a
nd
pro
vid
ed in
an
Ad
den
du
m.
BARC
01/05/11
64Mecha
nical
12/27/10
The
re is no sample “Security” Bon
d form
provide
d. Is th
ere a sample?
No
.BARC
01/05/11
65Mecha
nical
12/27/10
Will sep
arate “warranty” bon
ds be requ
ired?
If so, in wha
t amou
nt and
for
wha
t term? Is th
ere a sample form
?
Th
e R
FP
will
be
revi
sed
, ask
ing
fo
r a
on
e ye
ar
war
ran
ty a
t th
e en
d o
f ea
ch p
has
e. T
he
bid
fo
rm w
ill
be
revi
sed
to
iden
tify
an
ad
d a
lter
nat
e fo
r a
on
e ye
ar
war
ran
ty o
n t
he
wh
ole
Ter
min
al a
t th
e en
d o
f p
has
e 3.
BARC
01/05/11
66Mecha
nical
12/27/10
The
re are th
ree (3) ph
ases of w
ork at Terminal A: B
ARC’s intent is to
convert a
ll ph
ases into one
lump sum con
tract, at th
e en
d of th
e
precon
struction ph
ase. So, will th
ere on
ly be on
e issued
perform
ance and
paym
ent b
ond?
Yes
BARC
01/05/11
Pag
e 4
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
67Mecha
nical
12/27/10
We are un
clea
r as to
the items requ
ired in th
e initial propo
sal, the items
requ
ired in th
e bid bo
nd and
the items includ
ed in th
e initial Perform
ance &
Paymen
t bon
d am
ount – th
ere ap
pears to be inconsistencies:
a) On pa
ge 5 of 2
5, #7 (instruction_
to_p
ropo
sers) - the CSP states the
“propo
sal” to BARC will con
tain
1.) GMP amou
nt fo
r Preconstruction Services…
.
2.) GMP fo
r the construction cost of w
ork in Pha
se 1,…
3.) IMP fo
r the construction cost of w
ork for ph
ases 2 and
3,…
and
4.) GMP fo
r the ge
neral con
ditions fo
r the en
tire project.
Please confirm
this, b
ecau
se th
e bid bo
nd and
initial perform
ance &
paym
ent b
ond requ
iremen
ts see
m to
differ.
Th
e b
id b
on
d is
to
co
ver
the
item
s u
nd
er t
he
GM
P
hea
din
g. T
he
sco
pe
un
der
th
e IM
P w
ill b
e co
vere
d b
y
the
secu
rity
bo
nd
. Th
e b
id b
on
d c
on
vert
s to
th
e
pay
men
t an
d p
erfo
rman
ce b
on
d o
nce
th
e sc
op
e ro
lls
to a
lum
p s
um
.
BARC
01/05/11
b) On pa
ge 6 of 2
5, #8 – A “bid bo
nd” is req
uired in th
e am
ount of 5
% of
THE COMBINED TOTAL for:
1.) GMP fo
r Preconstruction services
2.) GMP fo
r Gen
eral Con
ditions and
3.) GMP fo
r the construction cost of P
hase 1
Th
is is
co
rrec
t.BARC
01/05/11
c) The
re is con
fusion
reg
arding
the inclusion of th
e GMP fo
r Gen
eral
Con
ditions of a
ll three (3) ph
ases… in th
e prop
osal, a
nd more pa
rticularly
in th
e bid bo
nd and
in th
e P&P bon
d. W
ill th
is gen
eral con
ditions GMP fo
r
all three
(3) pha
ses also be includ
ed in th
e Pha
se I “con
tracted am
ount”?
If no
t, then
the P&P bon
d will excee
d the contracted
amou
nt. If th
e ge
neral
cond
ition
s GMP fo
r all 3 pha
ses is includ
ed in th
e Pha
se 1 con
tracted
amou
nt, the
n will th
is all be
paid in Pha
se I?
Wha
t if the
work in pha
se 2
and 3 is cha
nged
or canceled
? S
ome clarification on
these po
ints wou
ld
be extremely he
lpful.
Th
ere
is o
ne
con
trac
t w
ith
th
ree
trig
ger
s fo
r te
rmin
al
A, y
ou
r g
ener
al c
on
dit
ion
s ar
e fo
r th
e w
ho
le t
erm
inal
and
will
be
bill
ed in
acc
ord
ance
wit
h t
he
pro
gre
ssio
n
of
the
term
inal
co
nst
ruct
ion
. As
the
sco
pe
is d
efin
ed
and
th
e co
ntr
act
con
vert
s to
a lu
mp
su
m, y
ou
r b
id
bo
nd
will
co
nve
rt t
o a
pay
men
t &
per
form
ance
bo
nd
.
BARC
01/05/11
68Mecha
nical
12/27/10
Are we expe
cted
to provide
any water, sew
er, con
densate an
d/or HVAC to
American
Airlines te
mpo
rary trailers and
tempo
rary weigh
t roo
m? If so,
plea
se clarify.
Th
e co
nn
ecti
on
s sh
ow
n a
t C
olu
mn
E18
on
dra
win
g
PP
1-1-
102B
-MR
, sh
all b
e ex
ten
ded
ove
r h
ead
to
th
e
trai
lers
fo
r se
rvic
e. T
he
ove
r h
ead
str
uct
ure
will
be
pro
vid
ed b
y B
AR
C. I
ncl
ud
e an
inje
cto
r p
um
pin
g
stat
ion
at
the
trai
lers
, in
yo
ur
pro
po
sal.
BARC
12/29/10
69Mecha
nical
12/27/10
In Scope
of W
ork, Design Intent, A
.7, referen
cing
existing storm and
sanitary, w
hat is the remed
y an
d directive if the infrastructure is in nee
d of
repa
ir?
If d
ecen
cies
are
dis
cove
red
du
rin
g t
he
cam
era
insp
ecti
on
, th
ey w
ill b
e re
solv
ed t
hro
ug
h a
ch
ang
e
ord
er p
roce
ss.
BARC
12/28/10
70Mecha
nical
12/27/10
Also in Scope
of W
ork, in A.8, w
ill th
ere be
available site utility docum
ents
that indicate th
e location of th
e utility sou
rce?
No
t at
th
is t
ime.
BARC
12/28/10
Pag
e 5
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
71Mecha
nical
12/27/10
The
sched
ule indicates infrastructure con
tinuity activities occurring prior to
award of mecha
nical con
tract. Also, infrastructure con
tinuity package
,
issued
for bid on
10/04
/201
0, referen
ces contract # 950
0421
-SA04
. Please
confirm
whe
ther th
e infrastructure con
tinuity package
is in our scope
.
Th
e in
fras
tru
ctu
re c
on
tin
uit
y p
acka
ge
is p
art
of
the
this
pro
po
sal.
BARC
12/28/10
72Mecha
nical
12/27/10
Please de
fine the scop
e of any smoke evacua
tion ou
tside the Skylink area
?R
efer
to
Des
ign
Nar
rati
ve f
or
dir
ecti
on
.BARC
12/28/10
73Mecha
nical
12/27/10
Attic stock is men
tione
d in th
e scop
e do
cumen
t, section 5.D.11.f, bu
t not
quan
tified. P
lease de
fine attic stock and
qua
ntities req
uired.
Pro
vid
e fo
r it
ems
iden
tifi
ed in
th
e sp
ecif
icat
ion
s.BARC
12/28/10
74Mecha
nical
12/27/10
Eye wash stations and
hose racks are men
tione
d in th
e de
sign
narrative,
section 3.4.N.8.a, a
nd referen
ced in note P06
3 on
plumbing
drawings. Are
they existing or are we to provide
new
?P
rovi
de
new
as
req
uir
ed b
y th
e p
roje
ct.
BARC
12/27/10
75Mecha
nical
12/27/10
The
design na
rrative says all he
ating water and
chilled water piping is to
be
alum
inum
-jacketed
. Please de
fine scop
e of jacketing requ
ired (i.e.
diam
eter, location, etc.).
Pro
vid
e in
sula
tio
n t
o c
om
ply
wit
h d
esig
n c
rite
ria
and
inte
nt
of
the
pro
ject
, th
en id
enti
fy t
he
incl
ud
ed s
cop
e
in y
ou
r cl
arif
icat
ion
s an
d a
ssu
mp
tio
ns
do
cum
ent.
BARC
12/28/10
76Mecha
nical
12/27/10
Ref. spe
c section 23
070
0, th
is spe
c section do
es not con
tain an “Insulation
Sched
ule” fo
r the HVAC Piping an
d HVAC Duct. Can
this be provided
?
Pro
vid
e in
sula
tio
n t
o c
om
ply
wit
h d
esig
n c
rite
ria
and
inte
nt
of
the
pro
ject
, th
en id
enti
fy t
he
incl
ud
ed s
cop
e
in y
ou
r cl
arif
icat
ion
s an
d a
ssu
mp
tio
ns
do
cum
ent.
BARC
12/28/10
77Mecha
nical
12/27/10
Will fa
n po
wered
term
inal unit cou
nts by pha
se/level/sector be
provide
d to
ensure accurate bid compa
rison
s?F
PB
co
un
ts p
er s
ecto
r is
a r
equ
irem
ent
of
the
RF
P.
BARC
12/27/10
78Mecha
nical
12/27/10
Plans note reference to She
et MH0-0-10
02-DD fo
r keyed Note Definition
s,
but o
n shee
t MH0-0-10
02 DD th
ere are no
t any HVAC Plan no
tes show
n.
Will th
ese be
provide
d via ad
dend
a?JA
CO
BS
79Mecha
nical
12/27/10
Ductwork symbo
ls on shee
t MH0-0-10
01-DD sho
w “Stand
by Box” an
d
these are show
n on
num
erou
s HVAC plan draw
ings. Wha
t are Stand
by
Boxes? Do they nee
d “tem
porary DDC con
trols” similar to fa
n po
wered
term
inal units?
A "
Sta
nd
by
Bo
x" is
a p
lace
ho
lder
fo
r fu
ture
des
ign
.
It's
th
e re
spo
nsi
bili
ty o
f th
e M
ech
anic
al C
on
trac
tor
to
det
erm
ine
nec
essi
ty a
nd
siz
e.
BARC
12/27/10
80Mecha
nical
12/27/10
Will seq
uences of o
peration for eq
uipm
ent b
e provided
to define level of
“tem
porary DDC con
trols” nee
ded?
A g
ener
ic c
on
tro
ls s
pec
ific
atio
n w
ill b
e is
sued
fo
r
bas
is o
f p
rici
ng
.BARC
12/27/10
81Mecha
nical
12/27/10
In lieu
of p
roviding
“tempo
rary DDC con
trols” fo
r fan po
wered
term
inal units,
shou
ld Con
trols Con
tractor plan
on furnishing
, as pa
rt of this scop
e of work,
“perman
ent” BACne
t based
con
trols to fa
cilitate future integration?
It's
th
e re
spo
nsi
bili
ty o
f th
e M
ech
anic
al C
on
trac
tor
to
det
erm
ine
nec
essi
ty a
nd
sco
pe.
BARC
12/27/10
82Mecha
nical
12/27/10
Our und
erstan
ding
is th
at th
ere will be a sepa
rate and
com
plete
commission
ing process ne
eded
upo
n completion of each Pha
se (i.e. P
hase
1, 2, a
nd 3), as well as, an overall com
mission
ing of th
e en
tire system
. Is
this correct?
Co
rrec
tBARC
12/27/10
83Mecha
nical
12/27/10
Is it th
e intent th
at th
e Con
trols Con
tractor provide “tem
porary DDC
controls” for glycol units serving
“ha
mster trails”?
A f
ully
fu
nct
ion
ing
sys
tem
is a
req
uir
emen
t o
f th
e
RF
P.
BARC
12/27/10
Pag
e 6
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
84Mecha
nical
12/27/10
Will secon
d tier subcon
tractors be requ
ired to maintain an
d man
age an
on-
site to
ol crib?
It's
th
e re
spo
nsi
bili
ty o
f th
e M
ech
anic
al C
on
trac
tor
to
det
erm
ine
nec
essi
ty a
nd
sco
pe.
BARC
12/27/10
85Mecha
nical
12/27/10
Asapa
rtof
thisscop
eof
work,willinterfacewith
DFW
CUPDelta
Vsystem
berequ
iredforcontrolan
dmon
itoringof
second
arysystem
HW
pumping
system
s an
d control valves serving Terminal A?
Yes
BARC
12/27/10
86Mecha
nical
12/27/10
As a pa
rt of this scop
e of work, will interface with DFW CUP Delta V system
be req
uired for control and
mon
itoring of secon
dary system CHW pum
ping
system
s an
d control valves serving Terminal A?
Yes
BARC
12/27/10
87Mecha
nical
12/27/10
Please confirm
that spa
ce relative hu
midity and
pressurization control are
desired as part o
f “tempo
rary DDC con
trols” package
.Y
esBARC
12/27/10
88Mecha
nical
12/27/10
Is 24-ho
ur mainten
ance and
mon
itoring du
ring du
ration of project to
be
includ
ed in Con
trols Con
tractor scop
e of work?
Yes
BARC
12/27/10
89Mecha
nical
12/27/10
Wha
t will be the role of the
Con
trols Con
tractor with reg
ards to
the work
defined
by the Infrastructure Con
tinuity package
?
It's
th
e re
spo
nsi
bili
ty o
f th
e M
ech
anic
al C
on
trac
tor
to
det
erm
ine
nec
essi
ty a
nd
sco
pe.
BARC
12/27/10
90Mecha
nical
12/27/10
Sho
uld DDC system alarm
/status mon
itoring of building/elevator sum
p
pumps be includ
ed as pa
rt of the
Con
trols Con
tractor’s “tempo
rary DDC
controls” scop
e of work? W
ill Division 26
Electrical Con
tractor be
respon
sible for wiring
of field mou
nted
alarm
/con
trol pan
els furnishe
d by th
e
pump man
ufacturer an
d shippe
d loose?
A f
ully
fu
nct
ion
ing
sys
tem
is a
req
uir
emen
t o
f th
e
RF
P.
Div
isio
n 2
6 w
ill p
rovi
de
all r
equ
ired
loo
se
star
ters
.
BARC
12/27/10
91Mecha
nical
12/27/10
Will Division 26
Electrical Con
tractor be
respo
nsible fo
r furnishing
DDC
system
con
trol pan
el 120
Vac pow
er wiring
in each mecha
nical roo
m?
Div
isio
n 2
6 w
ill p
rovi
de
all r
equ
ired
120
v p
ow
er.
BARC
12/27/10
92Mecha
nical
12/27/10
Will th
e Con
trols Con
tractor play an active role on the Preconstruction
Services Tea
m fo
r Pha
ses 2 an
d 3?
It's
th
e re
spo
nsi
bili
ty o
f th
e M
ech
anic
al C
on
trac
tor
to
det
erm
ine
nec
essi
ty a
nd
sco
pe.
BARC
12/27/10
93Fire
Protection
12/27/10
During the site walk-thru th
ere was som
e discussion
that th
e fire pu
mps
were to be replaced
. Please clarify if th
ere's an
y existing fire pu
mps
supp
lying the term
inals, if so ho
w man
y an
d wha
t sizes. T
here doe
s no
t
appe
ar to
be an
y specs rega
rding fire pu
mps.
Th
ere
are
no
fir
e p
um
ps
to r
epla
ce.
BARC
01/05/11
94Fire
Protection
12/27/10
The
ram
p level fire sprinklers un
der the Sky Links are designe
d for
extend
ed coverag
e. The
plans call out th
at th
ese system
s are to be
removed
and
rep
laced. Can
exten
ded coverage
sprinklers be
re-used
? If so
can extend
ed coverag
e sprinklers be
used throug
hout th
e en
tire term
inal?
JAC
OB
S
95Fire
Protection
12/27/10
The
dry pipe system
s #7
and
#32
that are below
the Sky Links also feed
closed
hea
d type
spray sprinklers that protect th
e structural steel th
at
supp
orts th
e Sky Trams, th
is piping is at the
deck of th
e concou
rse level.
Bid docum
ents call out th
at th
e piping
on the concou
rse levels and
the third
levels of the
Sky Links are to
rem
ain an
d are no
t to be
rep
laced, becau
se
this is part o
f the
ram
p level sprinkler system. Is this piping to be replaced
?
JAC
OB
S
Pag
e 7
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
96Fire
Protection
12/27/10
The
spe
cifications call out th
at all pipe
, han
gers and
fitting
s are to be
painted an
d touche
d up
afte
r installation. Please clarify if han
gers are to
be
painted. Also, is th
e pa
inting to be includ
ed in th
e fire sprinkler propo
sal or
is th
is scope
includ
ed in th
e pa
inting contractor scope
?
JAC
OB
S
97Fire
Protection
12/27/10
Are dry systems requ
ired to be ga
lvan
ized
or is black pipe acceptab
le?
JAC
OB
S
98Fire
Protection
12/27/10
Spe
cs fo
r stan
dpipe system
s state that fitting
s shall be screwed
, welde
d or
cut g
roove. Are grooved
fitting
s that are cast (Victaulic) acceptab
le?
See
Sp
ecif
icat
ion
211
200,
2.2
.C&
DB
AR
C01
/05/11
99Fire
Protection
12/27/10
Reg
arding
the warranty, I un
derstand
that th
e warranty for Pha
se 1 beg
ins
at th
e conclusion
of P
hase 3. W
ill te
sting of th
e system
s in Pha
se 1 be
sign
ed off an
d accepted
at the
con
clusion of Pha
se 1 or will th
ere be
a
requ
iremen
t to retest all the ea
rlier installed system
s at th
e conclusion
of
Pha
se 3?
Th
e R
FP
will
be
revi
sed
, ask
ing
fo
r a
on
e ye
ar
war
ran
ty a
t th
e en
d o
f ea
ch p
has
e. T
he
bid
fo
rm w
ill
be
revi
sed
to
iden
tify
an
ad
d a
lter
nat
e fo
r a
on
e ye
ar
war
ran
ty o
n t
he
wh
ole
Ter
min
al a
t th
e en
d o
f p
has
e 3.
BARC
01/05/11
100
Fire
Protection
12/27/10
Is pow
er to
be provided
to jobsite trailers?
Yes
BARC
12/27/10
101
Electrical
Design Narrative
12/28/10
Refer to
Design Narrative pa
ge 33 of 132
. Do the allowan
ces for ticket
coun
ters includ
e electrical pow
er and
ligh
ting?
Th
e al
low
ance
is f
or
mill
wo
rk o
nly
. Uti
lize
dra
win
g
TN
5-0-
1002
-DD
fo
r lo
w v
olt
age
and
lin
e vo
ltag
e sc
op
e.BARC
12/28/10
102
Electrical
Design Narrative
12/28/10
Refer to
Design Narrative pa
ge 104
of 1
32, Item 15.a. W
hat typical
locations will have “m
ulti-user flight inform
ation display system
s (M
UFIDS)”
and wha
t will th
e po
wer req
uiremen
ts be?
Floor fe
ed, w
all fee
d or ceiling
feed
with Pow
er pole?
Pro
vid
e o
ne
MU
FID
S a
t ea
ch g
ate
loca
tio
n. F
or
sake
of
pri
cin
g t
he
MU
FID
S w
ill c
on
sist
of
a T
SA
Flo
or
Po
ke-T
hru
(D
raw
ing
TN
5-0-
1001
-DD
, Det
ail 0
9),
con
tain
ing
a d
edic
ated
120
v, 2
0a c
ircu
it a
nd
3-C
at6
cab
les.
BARC
12/28/10
103
Low Voltage
Design Narrative
12/28/10
Refer to
Design Narrative pa
ge 104
of 1
32, Item 15.a. W
hat typical
locations will have “m
ulti-user flight inform
ation display system
s (M
UFIDS)”
and wha
t will th
e low voltage
req
uiremen
ts be?
Floor fe
ed, w
all fee
d or
ceiling
feed
with Pow
er pole?
See
RF
I# 1
02.
BARC
12/28/10
104
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 96 of 132
, hea
ding
3.6 Electrical Design
Narrative, item
C.3.c Lighting Con
trols. "…man
ual lighting controls will be
provided
to red
uce light levels fo
r strand
ed passeng
ers at night…" W
ill th
is
be achieved utilizing
multiple zon
e lighting controls tied
into th
e lighting
control system or will dimming be
necessary in add
ition
to th
e requ
ired
dimming fixtures within 25 feet of the
windo
ws?
Th
e re
du
ctio
n o
f lig
ht
leve
ls in
are
as o
ther
th
an t
he
ligh
t h
arva
stin
g z
on
es w
ill b
e ac
hie
ved
uti
lizin
g
mu
ltip
le z
on
e lig
hti
ng
co
ntr
ols
sch
emes
.
BARC
12/28/10
105
Electrical
Plumbing
Drawings
12/28/10
Will fa
ucets, han
d dryers and
towel dispe
nsers in th
e restroom
s ha
ve
motion sensors on
them
, and
will th
ey req
uire 120
or 27
7 or ??
? volt po
wer
or any rou
gh-in und
er th
e electrical scope
of w
ork?
Fo
r p
rici
ng
pu
rpo
ses,
ass
um
e al
l fau
cets
to
be
dir
ect
con
nec
tio
ns.
All
req
uir
ed t
ran
sfo
rmer
s an
d f
inal
cab
le
con
nec
tio
ns
to b
e p
rovi
ded
an
d in
stal
led
by
the
elec
tric
al c
on
trac
tor.
BARC
12/28/10
106
Electrical
Plumbing
Drawings
12/28/10
Will th
e toilets in th
e restroom
s ha
ve autom
atic flush valves, a
nd will th
ey
requ
ire 120
or 27
7 or ??
? volt po
wer or an
y roug
h-in und
er th
e electrical
scop
e of work?
See
RF
I# 1
05.
BARC
12/28/10
107
Low Voltage
Design Narrative
12/28/10
Refer to
Design Narrative pa
ge 33 of 132
. Do the allowan
ces for ticket
coun
ters includ
e teleph
one, displays, data an
d pa
ging
?S
ee R
FI#
101
.BARC
12/28/10
Pag
e 8
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
108
Electrical
Scope
of W
ork
12/28/10
Please clarify who
will be respon
sible for the ph
ysical dem
olition
of the
existing electrical con
duit, wire, switchg
ear, etc. Pag
e 5 of 16 of th
e
Electrical Scope
of w
ork item 'g' states "W
orking
with th
e Selective
Dem
olition
Sub
contractor". Is the electrical con
tractor to make safe and
iden
tify wha
t is to be de
molishe
d by others?
Eac
h t
rad
e is
res
po
nsi
ble
fo
r th
eir
ow
n d
emo
litio
n,
ho
wev
er t
he
elec
tric
al c
on
trac
tor
will
co
ord
inat
e w
ith
each
"S
elec
tive
Dem
olit
ion
Co
ntr
acto
r" t
o e
nsu
re a
safe
dis
con
nec
t o
f p
ow
er h
as b
een
co
mp
lete
d p
rio
r to
dem
olit
ion
of
thei
r sc
op
e.
BARC
12/28/10
109
Electrical
Scope
of W
ork
12/28/10
Referen
ce Electrical Scope
of W
ork pa
ge 15 of 16 he
ading 'F' "Spe
cial
Sched
ule Req
uiremen
ts" item 3. Please clarify if it is th
e intent of the
CSP
to have the electrical con
tractor completely maintain the term
inal in th
e
completed
pha
ses un
til Final Accep
tance, includ
ing lamps th
at may burn
out d
uring this time as well as an
nual te
sting that may be requ
ired by th
e
AHJ an
d or any other scope
.
Th
e R
FP
will
be
revi
sed
, ask
ing
fo
r a
on
e ye
ar
war
ran
ty a
t th
e en
d o
f ea
ch p
has
e. T
he
bid
fo
rm w
ill
be
revi
sed
to
iden
tify
an
ad
d a
lter
nat
e fo
r a
on
e ye
ar
war
ran
ty o
n t
he
wh
ole
Ter
min
al a
t th
e en
d o
f p
has
e 3.
BARC
01/05/11
110
Electrical
Scope
of W
ork
12/28/10
Referen
ce Electrical Scope
of W
ork pa
ge 15 of 16 he
ading F, S
pecial
Sched
ule Req
uiremen
ts item
5. Please clarify th
e intent of this item. The
Exclusion
s on
pag
e 16
of 1
6 item E states that all work in th
e ga
rage
is
exclud
ed. Furthermore, th
e Design Narrative also states that th
e ga
rage
is
NIC.
Th
is w
as e
xpla
ined
at
the
pre
-bid
. It
is t
he
resp
on
sib
ility
of
the
elec
tric
al c
on
trac
tor
to p
rovi
de
con
stan
t p
ow
er t
o t
he
gar
age
du
rin
g a
ll p
has
es o
f
con
stru
ctio
n. T
he
TR
IP E
C is
to
pro
vid
e th
e n
ew g
ear
wit
hin
th
e te
rmin
al, t
he
feed
er t
o t
he
gar
age
and
all
sco
pe
wit
hin
th
e g
arag
e is
by
oth
ers.
BARC
12/28/10
111
Electrical
Scope
of W
ork
12/28/10
Referen
ce Electrical Scope
of W
ork pa
ge 16 of 16 he
ading 5, Unit P
rices.
The
Low
Voltage
has a very specific list o
f desired Unit P
rices while th
e
Electrical doe
s no
t. Is th
ere a specific list for electrical th
at is desired?
No
ne.
BARC
12/28/10
112
Electrical
Scope
of W
ork
12/28/10
Referen
ce Electrical Scope
of W
ork pa
ge 6 of 1
6 he
ading 3, Tem
porary
Pow
er item
'y'. Wha
t tem
porary electrical meters, if any, w
ill be requ
ired an
d
whe
re?
If t
hey
are
req
uir
ed b
y th
e co
ntr
act
do
cum
ents
or
the
AH
J, t
hen
th
e el
ectr
ical
co
ntr
acto
r is
res
po
nsi
ble
fo
r
that
co
st.
BARC
12/28/10
113
Electrical
Scope
of W
ork
12/28/10
Referen
ce Electrical Scope
of W
ork pa
ge 7 of 1
6 he
ading 4, Electrical
Systems Con
struction item 'h'. Is it th
e intent of this statem
ent to make the
Electrical Sub
contractor respo
nsible fo
r all ceiling removal out of p
hase as
requ
ired to com
plete its scope
of w
ork? If this is th
e case it is assum
ed th
at
this wou
ld not be ap
plicab
le inside
an active ph
ase, please confirm
.
As
stat
ed "
No
op
erat
ion
al p
ub
lic a
rea
will
be
left
in a
n
op
en o
r u
nfi
nis
hed
sta
te a
t th
e en
d o
f a
shif
t."
If y
ou
are
do
ing
wo
rk in
an
"o
per
atio
nal
pu
blic
are
a", i
t's t
he
resp
on
sib
ility
of
the
elec
tric
al c
on
trac
tor
to r
emo
ve
and
/or
pro
tect
su
rro
un
din
g f
inis
hes
an
d r
esec
ure
at
the
end
of
that
day
s sh
ift.
BARC
12/28/10
114
Electrical
CSP
12/28/10
Referen
ce CSP docum
ent p
age 6 of 25, hea
ding
"Anticipated
bon
ding
requ
iremen
ts". T
his section states th
at "..the
successful sub
contractor will
provide a security bo
nd in th
e am
ount of $
5 million to provide
security th
at
the Sub
contractor will enter into sep
arate subcon
tracts fo
r Pha
ses 2 and
3..." P
lease provide the form
that will be utilized for this req
uiremen
t for our
review
.
Th
e se
curi
ty b
on
d r
equ
irem
ents
are
bei
ng
rev
ised
an
d
a n
ew C
SP
will
be
issu
ed in
an
Ad
den
du
m. T
hey
will
be
as f
ollo
ws:
Mec
han
ical
- $
5m, F
ire
Pro
tect
ion
-
$450
k, E
lect
rica
l - $
3.5m
, Lo
w V
olt
age
- $1
.5m
.
BARC
01/05/11
Pag
e 9
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
115
Electrical
Scope
of W
ork
12/28/10
Referen
ce CSP docum
ent p
age 15
of 2
5, hea
ding
"Scope
of W
ork", item 'k'
sub-item 'j', sub-sub-item iii, "All site ligh
ting show
n by type
with con
trols".
Please confirm
whe
re site is req
uired or indicated includ
ing wha
t con
trols or
over-rides will be requ
ired.
Th
is is
iden
tifi
ng
sco
pe
Jaco
bs
will
be
pro
vid
ing
in
the
100%
do
cum
ents
. Lig
hti
ng
on
th
e ex
teri
or
of
the
Ter
min
al b
uild
ing
is c
on
sid
ered
sit
e lig
hti
ng
.
BARC
12/28/10
116
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 12 of 132
, hea
ding
1.7 Bid Alternates,
item A.1. This states th
at th
ere is a desire fo
r a bid alternate to decide
whe
ther LED or Flourescent is better for DFW fo
r do
wn lights as well as
COVE ligh
ts. We cann
ot locate whe
re Cove lights are called ou
t in an
y
othe
r do
cumen
t to be
LED. Referen
ce Electrical drawing EP7-0-10
01-DD,
lighting fixture sched
ule. F
ixture type
H1 which is called ou
t to be
277
V-
F32
-T8 lamp. P
lease confirm
.
It w
as t
he
inte
nt
to h
ave
LE
D c
ove
be
the
bas
e d
esig
n.
Uti
lize
the
atta
ched
Co
lor
Ken
tics
cu
t sh
eet
for
all H
1
loca
tio
ns.
Pro
vid
e al
tern
ate
for
flo
ure
scen
t as
ind
icat
ed o
n t
he
bid
fo
rm.
BARC
12/28/10
117
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 41 of 132
, hea
ding
3.3 Fire Safety
Design Narrative, item
A.8.a Stand
ards. "All fire alarm circuits will be
design
ed with sufficient spa
re cap
acity to
allow fo
r future ren
ovations and
expa
nsions." C
an "sufficien
t" be de
fined
? Percentag
e or qua
ntity?
Allo
w f
or
20%
.BARC
12/28/10
118
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 42 of 132
, hea
ding
3.3 Fire Safety
Design Narrative, item
A.11.a Ten
ants. "All tena
nt fire alarm
systems
requ
iremen
ts will be includ
ed as pa
rt of the
Terminal fire alarm
system." Is
this req
uiremen
t for a core FLS
con
nected
to th
e ba
se building system
or is
the bidd
er to
estimate some qu
antity that will be requ
ired for an
unkno
wn
tena
nt? Furthermore, if th
is is th
e case, w
hen wou
ld th
is work occur,
phase, date, duration, etc.?
Pro
vid
e fi
re a
larm
dev
ices
to
mee
t th
e em
pty
sh
ell
req
uir
emen
ts.
BARC
12/28/10
119
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 91 of 132
, hea
ding
3.6 Electrical Design
Narrative, item
B.1.a. "O
ncor equ
ipmen
t, tran
sformers, M-T-M
switchg
ear,
primary cond
uctors, a
nd metering eq
uipm
ent w
ill rem
ain as is." R
eferen
ce
BARC RFI #
22 respon
se. Please clarify if th
is piece or an
y othe
r piece of
Oncor equ
ipmen
t is go
ing to be replaced
by Oncor during the tim
e fram
e of
this project? W
hat tem
porary mea
sures will Oncor provide
for the load
s
served
by this switchb
oard if any during their chan
ge over? U
nderstan
d
that th
is RFI is ge
nerated by th
e use of th
e wording
"Oncor IS
PROVIDING"
containe
d in th
e RFI respo
nse referenced
.
Th
e O
nco
r p
rovi
ded
eq
uip
men
t is
cu
rren
tly
in p
lace
and
will
no
t b
e ch
ang
ed.
BARC
12/28/10
120
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 95 of 132
, hea
ding
3.6 Electrical Design
Narrative, item
C.1.d. Ligh
ting, Gen
eral. It is stated that in 200
9 the
"Majority" of th
e ba
ck of h
ouse fixtures were retrofitted
. This pa
ragrap
h
states "Tho
se fixtures th
at were no
t retorfitted will be replaced
." P
lease
provide record drawings to
indicate whe
re th
ese fixtures are an
d ho
w man
y
need
to be replaced
.
As
stat
ed in
th
e "S
cop
e o
f W
ork
", t
he
bas
is o
f d
esig
n
is a
to
tal r
epla
cem
ent
of
all e
lect
rica
l sys
tem
s. T
hat
incl
ud
es li
gh
t fi
xtu
res.
Th
e el
ectr
ical
bid
fo
rm
pro
vid
es f
or
an a
lter
nat
e to
re-
use
th
e in
dic
ated
lig
ht
fixt
ure
s in
lieu
of
new
.
BARC
12/28/10
Pag
e 10
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
121
Electrical
Design Narrative
12/28/10
Referen
ce Design Narrative pa
ge 99 of 132
, hea
ding
3.6 Electrical Design
Narrative, item
F.1.d. Electrical Req
uiremen
ts fo
r Spe
cific Locations,
Cen
tral Bag
gage
Han
dling System. Please confirm
that BARC will carry th
e
cost fo
r the BHS con
tractor to shu
t dow
n an
d start u
p the BHS system as
shut dow
ns and
cut overs ta
ke place.
An
y co
st in
curr
ed a
sso
ciat
ed w
ith
th
at p
arag
rap
h is
the
resp
on
sib
ilty
of
the
elec
tric
al c
on
trac
tor.
BARC
12/28/10
122
Low Voltage
Design Narrative
12/29/10
Refer to
DFW Terminal A DD package
271
500-2.3-A.9. T
his is referen
cing
Pan
duit TX65
00 Categ
ory 6 horizon
tal cab
le fo
r DFW, A
.A. a
nd TSA
station ou
tlets . AA Com
mun
ications System-Facility Design Guide
lines 4.0-
4.1.1 issued
with Add
endu
m #2 references Categ
ory 6A
as a minimum
for
A.A horizon
tal cab
le . Please clarify if American
Airlines or an
y othe
r
commun
ication cabling shou
ld use Categ
ory 6 or Categ
ory 6A
horizon
tal
cabling
Th
e fo
llow
ing
ru
les
shal
l ap
ply
go
ing
fo
rwar
d f
or
rati
ng
of
ho
rizo
nta
l cab
le f
or
new
inst
alla
tio
ns:
All
ho
rizo
nta
l cab
ling
insi
de
the
com
mu
nic
atio
ns
roo
ms
shal
l be
Pan
du
it C
at6A
fo
r D
FW
inte
rnal
syst
ems
on
ly. C
able
co
lor
shal
l be
blu
e. B
lue
Pan
du
it
Cat
6A r
ated
inse
rts
shal
l be
use
d o
n e
ith
er e
nd
of
all
cab
les.
All
ho
rizo
nta
l cab
ling
ou
tsid
e o
f th
e co
mm
un
icat
ion
s
roo
m s
hal
l be
Pan
du
it C
at6
or
as r
equ
ired
fo
r o
ther
s
such
as
con
cess
ion
s, t
enan
ts, e
xter
nal
sys
tem
s, a
nd
kio
sks.
Th
e ca
ble
co
lor
shal
l be
blu
e fo
r d
ata
and
wh
ite
for
voic
e. B
lue
Pan
du
it C
at6
rate
d in
sert
s sh
all
be
use
d o
n e
ith
er e
nd
of
all d
ata
cab
les.
Wh
ite
Pan
du
it C
at6
rate
d in
sert
s sh
all b
e u
sed
on
eit
her
en
d
of
all v
oic
e ca
ble
s.
AL
L c
ablin
g m
ust
be
ple
nu
m-r
ated
un
less
en
case
d in
con
du
it f
rom
th
e w
ork
stat
ion
to
th
e co
mm
un
icat
ion
s
roo
m.
BARC
01/04/11
123
Electrical
Design Narrative
12/29/10
Referen
ce Design Narrative pa
ges 97
& 98 of 132
, hea
ding
s 3.6 Electrical
Design Narrative, item
s E.2.b, E
.3.b., E.4.b, E
.6.b & E.7.b P
ower fo
r
Systems. T
he design na
rrative spea
ks of H
eat T
race at 2
77V. It is
assumed
that since th
e Hea
t Trace is not described
or referenced
, other
than
for tempo
rary pow
er to
, in the Electrical Scope
of W
ork that it will be
provided
and
installed by others an
d that one
point con
nections are th
e
only scope
for the EC. P
lease confirm
.
Hea
t tr
ace
is d
escr
ibed
in t
he
Des
ign
Nar
rati
ve a
nd
sho
wn
in M
ech
anic
al d
etai
ls o
n t
he
dra
win
gs.
Th
e
mec
han
ical
co
ntr
acto
r is
to
pro
vid
e an
d in
stal
l all
req
uir
ed h
eat
trac
e an
d t
he
elec
tric
al c
on
trac
tor
is t
o
pro
vid
e al
l lin
e vo
ltag
e p
ow
er.
BARC
12/29/10
124
Electrical
TN6-0-10
00-DD
12/29/10
Referen
ce Design Narrative pa
ges 10
3 & 104
of 1
32, h
eading
3.6 Electrical
Design Narrative, item
s F.12.a & F.13.a Electrical Req
uiremen
ts fo
r Spe
cific
Locations, O
ld FIS Corridor and
Old American
Eag
le Tow
er. The
se
sections state th
at Electric Hea
ters will be requ
ired. P
lease provide the
quan
tity (or ap
proximate qty.) of hea
ters th
at will be provided
by the
Mecha
nical C
ontractor for these area
s.
Th
is s
cop
e w
ill b
e p
rovi
ded
by
each
pro
po
sin
g
mec
han
ical
co
ntr
acto
r. P
leas
e u
tiliz
e th
e co
ntr
acto
r
sig
n-i
n s
hee
t fr
om
Ad
den
du
m #
1 an
d c
on
tact
th
e
mec
han
ical
co
ntr
acto
rs f
or
cou
nts
.
BARC
12/29/10
125
Low Voltage
01/03/11
Can
you
provide
an Access Con
trol Doo
r sche
dule and
CCTV Cam
era
sche
dule?
JAC
OB
S
Pag
e 11
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
126
Low Voltage
01/03/11
TN0-0-10
01-M
R keyno
te 61 indicates (1) 24
-STR Singlem
ode fiber optic
cable an
d (1) 10
0-Pair CAT3 copp
er cab
le from
AA T 308
to APRON
trailers. T
N6-0-10
00-M
R American
Airlines Com
mun
ications Riser Diagram
indicates (1) 24
-STR Singlem
ode fiber optic cab
le, (1) 24-STR Multim
ode
fiber optic cab
le and
(1) 100
-Pair CAT3 copp
er cab
le from
AA T 308
to
APRON trailers. P
lease clarify which is correct backbon
e.
Pro
vid
e in
acc
ord
ance
wit
h t
he
rise
r d
iag
ram
.BARC
01/05/11
127
Low Voltage
01/03/11
TN1-2-10
4B-M
R indicates (3) 3-Port C
AT6 ou
tlets at the
American
Airlines
gate cou
nter locations how
ever th
e associated
enlarge
d plan
on TN5-0-
1001
-MR indicates (4) 3-Port C
AT6 ou
tlets at the
gate coun
ter locations.
Please clarify th
e correct o
utlet req
uiremen
ts at g
ate coun
ter locations.
Wh
en t
he
dra
win
gs
con
tric
t th
emse
lves
, pro
vid
e th
e
mo
st s
trin
gen
t re
qu
irem
ent.
Wh
en d
iffe
ren
t R
FP
do
cum
ents
co
ntr
ict
each
oth
er, f
ollo
w t
he
do
cum
ent
pre
ced
ence
ord
er a
s id
enti
fied
in t
he
RF
P.
BARC
01/04/11
128
Low Voltage
01/03/11
TDN1-1-10
8A-DD keyno
tes for existing (2) 20
0-PR CAT3 cables from
WC
306 to Com
m. R
oom A and
(3) 200
-PR cab
les from
WC 306
to Com
m.
Roo
m B indicate th
at th
ese cables are not to
be de
moe
d. TDN1-1-10
7A-DD
references th
e same cables how
ever it indicates that th
ey are to
be
demoe
d. Please clarify which is correct.
Th
e ke
yno
te T
D21
ref
eren
ced
on
th
ose
tw
o c
able
s ar
e
inco
rrec
t th
e n
ote
co
rrec
t ke
yno
te s
ho
uld
be
TD
20.
BARC
01/05/11
129
Mecha
nical
01/03/11
Please confirm
the ph
ysical add
ress to
which our mecha
nical propo
sal is to
be delivered
for this RFP. In th
e Instructions to
Propo
sers, it is clea
r in
section 12
that que
stions are to
be subm
itted
to th
e de
sign
ated
BARC
represen
tative at Trailer A-1 located at 300
3 Sou
th Service Roa
d. It is no
t
as clear whe
re and
to who
m our propo
sal sho
uld be
delivered
. MEP
questions are to
be directed
to Cha
rles La
ck, located
at 3
100 McK
inno
n,
but the
re is no men
tion if the prop
osals shou
ld go to Dan
McC
ollum or
Cha
rles La
ck. Since th
ey are officed at tw
o diffe
rent locations, p
lease
clarify whe
re and
to who
m we are to deliver our propo
sal.
As
stat
ed in
th
e ad
vert
isem
ent:
PR
OP
OS
AL
PA
CK
AG
ES
WIL
L B
E R
EC
EIV
ED
un
til
1:00
pm
LO
CA
L T
IME
, Tu
esd
ay J
anu
ary
18, 2
011
in
the
lob
by
of
the
DF
W A
irp
ort
Dev
elo
pm
ent
and
En
gin
eeri
ng
Bu
ildin
g, 3
003
So
uth
Ser
vice
Ro
ad, D
FW
Air
po
rt 7
5261
. P
rop
osa
ls r
ecei
ved
aft
er t
his
tim
e w
ill
no
t b
e ac
cep
ted
.
BARC
01/05/11
130
Mecha
nical
01/03/11
Will con
struction office trailers be provided
by BARC? If so, is th
ere a cost
to us for this spa
ce? Also, will te
mpo
rary utilities be provided
for these
trailers, a
nd if so, is th
ere a cost associated with th
at?
Lim
ited
off
ice
trai
ler
spac
e w
ill b
e p
rovi
ded
fo
r
sub
con
trac
tor
man
agem
ent
staf
f, lo
cate
d b
ehin
d t
he
AD
E b
uild
ing
. An
y fi
eld
off
ice
spac
e w
ill b
e th
e
resp
on
sib
ility
of
the
sub
con
trac
tors
wit
h a
pp
rova
l
fro
m B
AR
C a
nd
DF
W.
BARC
01/05/11
131
Low Voltage
01/03/11
Is th
e contractor to
provide
a propo
sal tha
t include
s replacem
ent o
f the
existing eq
uipm
ent p
er th
e “TDY” draw
ings as well as the ad
dition of th
e
“new
” eq
uipm
ent p
er th
e “TY” draw
ing?
Or are the “TY” draw
ings mea
nt to
serve as a com
plete set for all work?
Th
e B
AR
C "
Sco
pe
of
Wo
rk"
def
ines
th
e L
ow
Vo
ltag
e
pac
kag
e as
a c
om
ple
te r
epla
cem
ent
of
all s
yste
ms.
Th
e "T
DY
" d
raw
ing
s re
pre
sen
t th
e d
emo
sco
pe
of
wo
rk a
t 35
% D
D s
tag
e an
d t
he
"TY
" d
raw
ing
s
rep
rese
nt
the
new
sco
pe
to b
e in
stal
led
at
35%
DD
stag
e. Y
ou
r ta
sked
to
pro
vid
e a
com
ple
ted
GM
P s
cop
e
for
all s
yste
ms
iden
tifi
ed in
th
e L
ow
Vo
ltag
e sc
op
e o
f
wo
rk.
BARC
01/04/11
132
Low Voltage
01/03/11
The
“TDY” draw
ings do no
t ind
icate which system th
e existing eq
uipm
ent is
conn
ected to. In orde
r to build th
e sepa
rate CCTV systems this inform
ation
is req
uired?
All
new
dev
ices
rep
ort
by
to t
he
new
co
mm
un
icat
ion
roo
ms.
Th
e h
ead
-en
d e
qu
ipm
ent
is p
rovi
ded
an
d
inst
alle
d b
y o
ther
s.
BARC
01/05/11
Pag
e 12
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
133
Low Voltage
01/03/11
The
RFP and
accom
panying do
cumen
ts see
m to
be conflicting ab
out the
head
-end
s for the DFW AACS, D
FW CCTV and
the AACCTV systems. W
ill
the au
thority define exactly wha
t work is req
uired to upg
rade
and
or
completely replace ea
ch system?
Wh
en t
he
dra
win
gs
con
tric
t th
emse
lves
, pro
vid
e th
e
mo
st s
trin
gen
t re
qu
irem
ent.
Wh
en d
iffe
ren
t R
FP
do
cum
ents
co
ntr
ict
each
oth
er, f
ollo
w t
he
do
cum
ent
pre
ced
ence
ord
er a
s id
enti
fied
in t
he
RF
P.
BARC
01/04/11
134
Low Voltage
01/03/11
Will th
e Autho
rity provide Autom
ated
Access Con
trol doo
r de
tail draw
ings?
Yes
BARC
01/04/11
135
Low Voltage
01/03/11
Will th
e Autho
rity provide CCTV detail drawings?
Yes
BARC
01/04/11
136
Low Voltage
01/03/11
Will th
e Autho
rity provide draw
ings fo
r bo
th new
and
existing Access
Con
trol pan
el (LM
P) locations?
Yes
BARC
01/04/11
137
Fire
Protection
01/03/11
Who
will be respon
sible for mon
itoring the Corrosion
Mon
itoring Stations
during the warranty pe
riod?
Th
e co
ntr
acto
r.BARC
01/04/11
138
Fire
Protection
01/03/11
Do we ne
ed to
provide
our own job trailer for this project?
Off
ice
spac
e w
ill b
e p
rovi
ded
fo
r th
e p
rim
e
sub
con
trac
tors
, man
ager
s st
aff
BARC
01/04/11
139
Fire
Protection
01/03/11
Will bon
ding
by ph
ases be acceptab
le fo
r this project?
Bo
nd
ing
by
ph
ases
is t
he
req
uir
emen
t.BARC
01/05/11
140
Electrical
EP6.0.10
01-DO,
1101
-DD, 1
201-DD,
1301
-DD, 1
401-DD
01/03/11
Is MTM switchg
ear in Oncor roo
ms A, B
, C, A
G&BG rep
laced by th
e
electrical con
tractor or rem
ain as is?
Ref
er t
o A
dd
end
um
#2,
RF
I res
po
nse
#22
BARC
01/04/11
141
Electrical
26-05-34
-2.1.F.1
01/03/11
Is sched
ule 40
PVC con
duit acceptab
le con
cealed
stud walls & abo
ve
ceiling
s inside
the bu
ilding?
JAC
OB
S
142
Electrical
26-05-34
-2.1.F.1
01/03/11
Is electrical non
-metalic tu
bing
(ENT) acceptab
le fo
r bran
ch con
duit
concea
led in walls & abo
ve ceilings inside
the bu
ilding?
JAC
OB
S
143
Mecha
nical
01/03/11
Propo
sed un
it AHU-A-102
9 ap
pears to be existing un
it AHU-3A - please
confirm
this is so.
Ref
er t
o A
HU
sch
edu
le o
n M
H6-
0-10
02-D
DBARC
01/04/11
144
Mecha
nical
01/03/11
Propo
sed un
it AHU-A-103
3 ap
pears to be a ne
w unit located
in th
e old Air
Tram Station at colum
n lines 32-35
. We foun
d no
existing un
it to be
replaced
- please confirm
this is so.
Ref
er t
o A
HU
sch
edu
le o
n M
H6-
0-10
02-D
D. A
HU
-A-
1033
sit
s b
etw
een
32/
33, B
/C.
BARC
01/04/11
145
Mecha
nical
01/03/11
Apron
Tow
er Lob
by at the
A-C con
nector has an existing AHU unit called T-
3 located in th
e lobb
y ceiling
. Please confirm
rep
lacemen
t or re-use of this
equipm
ent.
Th
e sc
op
e in
th
e to
wer
s ar
e n
ot
incl
ud
ed in
th
e T
RIP
sco
pe
of
wo
rk.
BARC
01/05/11
146
Mecha
nical
01/03/11
Apron
Tow
er unit A
HU-N-11C
10 req
uires ho
sting from
the ramp for
replacem
ent. W
hat p
relim
inary proced
ures must b
e ad
dressed to obtain
clea
rance for this hoisting an
d po
ssible to
wer shu
tdow
n.
Th
e sc
op
e in
th
e to
wer
s ar
e n
ot
incl
ud
ed in
th
e T
RIP
sco
pe
of
wo
rk.
BARC
01/05/11
147
Mecha
nical
01/03/11
Design Narrative pa
ragrap
h 3.5 A f. 1), o
n pa
ge 64, describes providing
nine
teen
(19
) ne
w HVAC systems for the fixed
walkw
ays. T
hese units are
not d
epicted on
design draw
ings fo
r this project. Sho
uld these ne
w units be
design
ed and
installed in similar fashion to th
e un
its serving
the jet b
ridge
at
gate A-18 includ
ing de
dicated Bacne
t con
trols?
Th
ese
un
its
are
sho
wn
on
th
e d
raw
ing
s, in
th
e
equ
ipm
ent
sch
edu
le a
nd
pip
ing
is s
ho
wn
on
th
e
gly
col d
raw
ing
s.
BARC
01/04/11
Pag
e 13
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
148
Mecha
nical
01/03/11
Gen
eral Spe
cifications doe
s no
t give the preferred piping
materials and
joining metho
ds accep
table in each specific area
, the
restrictions and
limitations of certain piping materials-or-joining metho
ds, spe
cial con
ditions
for an
y pa
rticular piping system
installations (the specifications issued
leave
a lot to interpretation). Is Victaulic Fittings & Pro-Press allowed
on all piping
system
s? W
hat is the Spe
cification for the Glycol S
ystem? Is Victaulic &
Pro-Press joints allowed
everywhe
re (inside
, outside
, all area
s, etc)?
JAC
OB
S
149
Mecha
nical
01/03/11
Gen
eral Spe
cifications doe
s no
t give the preferred insulation materials,
jacketing an
d joining metho
ds accep
table in each specific area
, the
restrictions and
limitations of certain insulation materials-jacketing-or-joining
metho
ds, spe
cial con
ditions fo
r an
y pa
rticular insulation system
installations
(the
spe
cifications issued
leave a lot to interpretation). Is Fiberglass
Insulation with ASJ Jacketing allowed
on all piping system
s inside
the
building with Aluminum
Jacketing on
all ou
tside installation?
Wha
t is the
Spe
cification Req
uiremen
ts fo
r the Insulation on
the Glycol S
ystem?
RF
I #22
in A
dd
end
um
#2
BARC
01/05/11
150
Mecha
nical
01/03/11
Pag
e 16
of 2
1-D.5 states Fire Safing & Fire Stopp
ing will be provided
by
othe
r. D
oes this includ
e the “existing” Fire Proofing on
existing structures
and associated
Patching Rep
air work requ
ired du
e to disturban
ce cau
sed
by th
e ne
w mecha
nical w
ork?
All
fire
pro
ofi
ng
is b
y o
ther
s.BARC
01/05/11
151
Mecha
nical
01/03/11
Pag
e 14
of 2
1-C.5.a states to provide
add
ition
al VAV units in an un
-
design
ed area. D
o you wan
t to establish a qu
antity for all bidde
rs to
use fo
r
estim
ate pu
rposes by Pha
se/Level/Sector (ILO
a to
tal project cou
nt stated
in SOW), creating consistency for all trade
s to anticipate for their bids and
sub-bidd
ers includ
ing Test &
Air Balan
ce work?
Th
e fi
llin
qu
anti
ties
are
th
e re
spo
nsi
bilt
y o
f th
e
mec
han
ical
co
ntr
acto
r. T
he
des
ign
nar
rati
ve g
ives
req
uir
ed c
fm, h
um
idit
y re
qu
irem
ents
, etc
. wh
ich
sh
all
allo
w t
he
con
trac
tor
to d
eter
min
e th
e co
rrec
t q
uan
tity
of
equ
ipm
ent
for
all t
he
area
s sh
ow
n.
BARC
01/05/11
152
Mecha
nical
01/03/11
Is all workers in Pha
se I work to utilize the La
nd Side Parking
Garag
e? O
r
in Pha
se I, is th
e workers to
utilize the Bus Transpo
rtation?
Th
e p
arki
ng
gar
ages
will
no
t b
e ac
cess
ible
by
the
con
stru
ctio
n p
erso
nn
el d
uri
ng
an
y p
has
e o
f
con
stru
ctio
n.
BARC
01/05/11
153
Mecha
nical
01/03/11
Will th
ere be
a Too
l Con
trol Procedu
re and
Implem
entation Program
? If so,
plea
se includ
e in th
e ne
xt add
endu
m.
Th
e to
ol c
on
tro
l pro
gra
m f
or
the
pro
ject
has
no
t b
een
com
ple
tely
def
ined
, ho
wev
er p
rop
ose
rs m
ust
be
awar
e th
at a
ny
wo
rker
s o
r ve
hic
les
ente
rin
g t
he
AO
A
or
secu
re a
rea
will
be
sub
ject
to
sea
rch
an
d in
ven
tory
of
all t
oo
ls a
nd
eq
uip
men
t en
teri
ng
AN
D E
XIT
ING
th
e
spac
e.�
All
too
ls w
ill h
ave
to b
e q
uan
tifi
ed a
nd
acco
un
ted
fo
r.�
We
are
atte
mp
tin
g t
o s
epar
ate
the
con
stru
ctio
n s
pac
e fr
om
th
e se
cure
are
a to
min
imiz
e
any
imp
act
to t
he
pro
ject
tea
ms.
BARC
01/05/11
Pag
e 14
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
154
Mecha
nical
01/03/11
Pag
e 16
of 2
1-6.D.3 states Sub
contractor to
provide
all Con
crete Hou
se
Kee
ping
Pad
s, Bases & Floor Slab Patching. D
o you wan
t to establish a
Unit P
rice that all bidd
ers can use for estim
ate pu
rposes, creating
consistency for all trade
s to anticipate for their bids and
sub
-bidde
rs
(the
refore, a
llowing ad
equa
te fu
nds for on
e subcon
tractor of BARC’s
choo
sing
to be aw
arde
d all of the
Con
crete work)?
No
. Eac
h s
ub
con
trac
tor
is r
esp
on
sib
le f
or
thei
r o
wn
ho
use
keep
ing
pad
s.BARC
01/05/11
155
Mecha
nical
01/03/11
BP-15A
Scope
of W
ork ad
dresses Roo
f Protection, but not Roo
f Patching.
Do you wan
t to establish a Unit P
rice that all bidd
ers can use for estim
ate
purposes, creating consistency for all trade
s to anticipate for their bids and
sub-bidd
ers (the
refore, a
llowing ad
equa
te fu
nds for on
e subcon
tractor of
BARC’s cho
osing to be aw
arde
d all of the
Roo
f Patching work)?
No
. Eac
h s
ub
con
trac
tor
is r
esp
on
sib
le t
o p
rote
ct t
he
roo
f d
uri
ng
th
e p
erfo
rman
ce o
f th
eir
sco
pe.
If t
he
roo
f
is d
amag
ed, t
he
resp
on
sib
le c
on
trac
tor
shal
l be
resp
on
sib
le f
or
the
cost
of
rep
airs
.
BARC
01/05/11
156
Mecha
nical
01/03/11
BP-15A
-C.11 Scope
of W
ork men
tions Attic Stock, b
ut doe
s no
t give
percen
tage
s by system or othe
r clarification. D
o you wan
t to establish
Percentag
es fo
r specific items that all bidd
ers can use for estim
ate
purposes, creating consistency for all trade
s to anticipate for their bids?
On
ly p
rovi
de
atti
c st
ock
in a
cco
rdan
ce w
ith
spec
ific
atio
ns.
BARC
01/05/11
157
Mecha
nical
01/03/11
The
se drawings sho
w new
CHW / HHW piping (for new
AHU’s) to be
conn
ected to existing piping
sho
wn “to remain”. D
oes this mea
n that th
is
piping
is “to rem
ain”(piping will be saved & utilized
perman
ently) –o
r- will
new piping be
run
along
side the piping
“to rem
ain”-the
refore- the piping
“to
remain” will be considered
tempo
rary piping aw
aiting final te
sting an
d
commission
ing of th
e ne
w piping an
d then
rem
oved
afte
r final tie-in to
the
new perman
ent p
iping?
All
pip
ing
exi
stin
g p
ipin
g is
rep
lace
d a
cco
rdin
g t
o
BA
RC
"S
cop
e o
f W
ork
". T
he
exis
tin
g C
HW
/HH
W
may
be
left
in p
lace
an
d u
tiliz
ed f
or
tem
po
rary
uti
litie
s
bu
t it
's t
he
resp
on
sib
ility
of
the
mec
han
ical
co
ntr
acto
r
to r
emo
ve a
ll ex
isti
ng
pip
ing
pri
or
to f
inal
co
mp
leti
on
of
each
ph
ase.
BARC
01/05/11
158
Mecha
nical
01/03/11
HHW piping is sho
wn to be routed
to AHU’s 105
5, 105
8 & 105
9; sam
e with
the piping
diagram
drawing, how
ever; the
AHU sched
ule do
es not indicate
a requ
iremen
t for HHW coils. The
AHU’s fo
r this area is serving
bag
gage
cart roo
ms which have electric unit h
eaters th
roug
hout. Is th
ere a
requ
iremen
t for HHW piping to th
ese AHU’s fo
r an
y Pre-Hea
t (Freeze
Protection) –or- will th
e electric hea
ters be sufficien
t?
Pro
vid
e h
eati
ng
co
ils in
th
ose
AH
U's
.BARC
01/05/11
159
Mecha
nical
01/03/11
Drawings sho
w glycol piping routing to th
e Air Side “terminal gate mob
ile
arms”. W
hat type of con
nection & whe
re will it be mad
e at th
e movab
le gate
arms? W
ill th
e conn
ection ha
ve any of the
following: flex joint, shut-off valve
-or-sw
ivel ball joint at tha
t point? Glycol furnished
by mecha
nical
contractor? If so, wha
t Man
ufacturer an
d Produ
ct Num
ber?
JAC
OB
S
Pag
e 15
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
160
Mecha
nical
01/03/11
HHW schem
atic drawing show
s an
existing pu
mp room
(pu
mps, e
xp ta
nk,
air sep, piping), a
t colum
n line 13
4 & ram
p sector 113
A, “to rem
ain”. S
imilar
question to RFI #
10ab
ove; will th
is pum
ping
station be
part o
f the
future
perm
anen
t or tempo
rary system?
All
pip
ing
exi
stin
g p
ipin
g is
rep
lace
d a
cco
rdin
g t
o
BA
RC
"S
cop
e o
f W
ork
". T
he
exis
tin
g C
HW
/HH
W
may
be
left
in p
lace
an
d u
tiliz
ed f
or
tem
po
rary
uti
litie
s
bu
t it
's t
he
resp
on
sib
ility
of
the
mec
han
ical
co
ntr
acto
r
to r
emo
ve a
ll ex
isti
ng
pip
ing
pri
or
to f
inal
co
mp
leti
on
of
each
ph
ase.
BARC
01/05/11
161
Mecha
nical
01/03/11
MH Plans referen
ces Keyed
Notes on She
et MH0-0-10
02-DD fo
r
Definition
s, but on shee
t MH0-0-10
02 DD th
ere is no HVAC Plan Keyed
Notes sho
wn. W
ill th
ese be
provide
d via ad
dend
a?JA
CO
BS
162
Mecha
nical
01/03/11
Ductwork symbo
ls on shee
t MH0-0-10
01-DD sho
w “Stand
by Box” an
d
these are show
n on
num
erou
s HVAC plan draw
ings. Wha
t are Stand
by
Boxes and
do they nee
d “tem
porary DDC con
trols” similar to fa
n po
wered
term
inal units?
See
RF
I #79
BARC
01/05/11
163
Mecha
nical
01/03/11
Will seq
uences of o
peration for eq
uipm
ent b
e provided
to help de
fine level
of “tempo
rary DDC con
trols” nee
ded?
No
.
164
Mecha
nical
01/03/11
In lieu
of p
roviding
“tempo
rary DDC con
trols” fo
r fan po
wered
term
inal units,
shou
ld Con
trols Con
tractor plan
on furnishing
, as pa
rt of this scop
e of work,
“perman
ent” BACne
t based
con
trols to fa
cilitate future integration?
Th
e m
ech
anic
al c
on
trac
tor
is r
esp
on
sib
le f
or
that
dec
esio
n a
nd
est
ablis
h s
cop
e in
th
e C
&A
do
cum
ent.
BARC
01/05/11
165
Mecha
nical
01/03/11
Our und
erstan
ding
is th
at th
ere will be a sepa
rate and
com
plete
commission
ing process ne
eded
upo
n completion of each Pha
se (i.e. P
hase
1, 2, a
nd 3), as well as, an overall com
mission
ing assistan
ce of the
entire
system
. Is th
is correct fo
r the “tem
porary” Tem
perature Con
trols?
Co
ntr
ols
will
be
par
t o
f th
e co
mm
issi
on
ing
pro
cess
BARC
01/05/11
166
Mecha
nical
01/03/11
Is it th
e intent th
at th
e Con
trols Con
tractor provide “tem
porary DDC
controls” for glycol units serving
“ha
mster trails”?
Th
e m
ech
anic
al c
on
trac
tor
mu
st p
rovi
de
a fu
lly
fun
ctio
n s
yste
m f
or
the
"ham
ster
tra
ils".
BARC
01/05/11
167
Mecha
nical
01/03/11
Will secon
d tier subcon
tractors be requ
ired to maintain an
d man
age an
on-
site to
ol crib?
Ref
er t
o R
FI #
153
BARC
01/05/11
168
Mecha
nical
01/03/11
As a pa
rt of this scop
e of work, will interface with DFW CUP Delta V system
be req
uired for control and
mon
itoring of secon
dary system HW pum
ping
system
s an
d control valves serving Terminal A?
Yes
BARC
01/05/11
169
Mecha
nical
01/03/11
Please confirm
that spa
ce relative hu
midity and
pressurization control are
desired as part o
f “tempo
rary DDC con
trols” package
.Y
esB
AR
C01
/05/11
170
Mecha
nical
01/03/11
Is 24-ho
ur mainten
ance and
mon
itoring du
ring du
ration of project to
be
includ
ed in Con
trols Con
tractor scop
e of work?
Yes
BARC
01/05/11
171
Mecha
nical
01/03/11
Wha
t will be the role of the
Con
trols Con
tractor with reg
ards to
the work
defined
by the Infrastructure Con
tinuity package
?
Co
ntr
ols
are
pro
vid
ed a
s p
art
of
the
mec
han
ical
sco
pe.
Pro
vid
e an
y T
emp
ora
ry C
on
tro
ls t
hat
is
req
uir
ed t
o t
he
Exi
stin
g a
nd
New
Tem
po
rary
Co
ntr
ols
for
the
con
tin
uo
us
op
erat
ion
by
Ph
ase
for
this
pro
ject
.
BARC
01/05/11
Pag
e 16
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
172
Mecha
nical
01/03/11
Sho
uld DDC system alarm
/status mon
itoring of building/elevator sum
p
pumps be includ
ed as pa
rt of the
Con
trols Con
tractor’s “tempo
rary DDC
controls” scop
e of work? W
ill Division 26
Electrical Con
tractor be
respon
sible for wiring
of field mou
nted
alarm
/con
trol pan
els furnishe
d by th
e
pump man
ufacturer an
d shippe
d loose?
Th
e m
ech
anic
al c
on
trac
tor
is t
o p
rovi
de
a fu
lly
fun
ctio
nin
g s
yste
m. T
he
elec
tric
al c
on
trac
tor
will
pro
vid
e lin
e vo
ltag
e fo
r co
ntr
ol p
anel
s. A
ny
star
ters
req
uir
ed t
o m
ake
the
mec
han
ical
sys
tem
fu
nct
ion
is
the
resp
on
sib
ility
of
the
mec
han
ical
co
ntr
acto
r.
BARC
01/05/11
173
Mecha
nical
01/03/11
Will Division 26
Electrical Con
tractor be
respo
nsible fo
r furnishing
DDC
system
con
trol pan
el 120
Vac pow
er wiring
in each mecha
nical roo
m?
Yes
BARC
01/05/11
174
Mecha
nical
01/03/11
Will th
e Con
trols Sub
contractor play an
active role on the Preconstruction
Services Tea
m fo
r Pha
ses 2 an
d 3?
Th
at's
fo
r th
e m
ech
anic
al c
on
trac
tor
to id
enti
fy in
thei
r R
FP
res
po
nse
.BARC
01/05/11
175
Mecha
nical
01/03/11
Is th
e Con
trols Sub
contractor respo
nsible fo
r de
molition
of the
existing
controls system during de
mo ph
ase?
Th
at's
fo
r th
e m
ech
anic
al c
on
trac
tor
to id
enti
fy in
thei
r R
FP
res
po
nse
.BARC
01/05/11
176
Mecha
nical
01/03/11
At w
hat p
oint of the
project will th
e Con
trols Sub
contractor be respon
sible
for a Qua
lity Con
trol Officer an
d a Safety Officer, or is th
is being
provide
d
by th
e mecha
nical con
tractor?
Th
at's
fo
r th
e m
ech
anic
al c
on
trac
tor
to id
enti
fy in
thei
r R
FP
res
po
nse
.BARC
01/05/11
177
Mecha
nical
01/03/11
Will th
ere ha
ve to
be slab
x-rays to perform
any coring or floo
r pe
netrations
for risers an
d raceways?
Yes
BARC
01/05/11
178
Mecha
nical
01/03/11
Is th
e Con
trols Sub
contractor respo
nsible fo
r Fire Smoke Dam
per
mon
itoring, and
if so; do the en
d sw
itche
s ne
ed to
be factory mou
nted
to
the motors of th
e da
mpe
rs?
Th
e m
ech
anic
al c
on
trac
tor
is r
esp
on
sib
le t
o s
up
ply
and
inst
all t
he
fire
/sm
oke
dam
per
s an
d p
rovi
de
con
tro
ls. T
he
elec
tric
al w
ill p
rovi
de
the
fire
ala
rm
con
nec
tio
n a
nd
th
e lo
w v
olt
age
con
trac
tor
will
pro
vid
e se
curi
ty c
on
nec
tio
ns.
BARC
01/05/11
179
Mecha
nical
23 73 00
2.1 F 1
01/03/11
Is th
is a con
trol schem
e prop
rietary to
Tem
trol?
No
BARC
01/05/11
180
Mecha
nical23
73 00
Parag
raph
E & MH^-0-10
02-DD
Note #8
01/03/11
The
spe
cification calls fo
r all galvanized construction. T
he abo
ve
men
tione
d draw
ing no
te calls fo
r drain pa
ns and
AHU floo
rs dow
nstrea
m of
cooling coils to
be stainless stee
l.P
rovi
de
Sta
inle
ss S
teel
BARC
01/05/11
181
Mecha
nical
MH6-0-10
01-DD &
MH6-0-10
02-DD
01/03/11
Is th
ere more de
fined
inform
ation available on
AHU’s sched
uled
“TBD”, (i.e.
AHU A-109
6, A-307
6, A-308
5, etc…)?
JAC
OB
S
182
Mecha
nical
MH6-0-10
01-DD &
MH6-0-10
02-DD
01/03/11
Can
the qu
antity of fa
ns in th
e AHU fa
n array be
varied to maximize overall
unit efficiency ba
sed on
fan static, m
otor efficien
cy and
man
ufacturer’s
recommen
dations?
JAC
OB
S
183
Mecha
nical
23 74 00
, MH6-0-
1001
-DD & MH6-0-
1002
-DD
01/03/11
Are VFD’s to
be provided
by the un
it man
ufacturer, if so; are VFD’s to
be
factory mou
nted
in th
e AHUs? Is th
ere (1) VFD per unit o
r (1) VFD per
fan?
Note: No VFD spe
cification provided
, please provide.
Fac
tory
inst
alle
d V
FD
's s
hal
l be
pro
vid
ed in
all
equ
ipm
ent
req
uir
ing
VF
D's
an
d if
th
at o
pti
on
is
avai
lab
le t
hro
ug
h t
he
man
ufa
ctu
re.
BARC
01/05/11
184
Mecha
nical
23 74 00
01/03/11
Is th
ere a requ
iremen
t for fa
n redu
ndan
cy in th
e AHU fa
n arrays? If so is it
N+1
or N-1?
JAC
OB
S
185
Mecha
nical
MH6-0-10
01-DD &
MH6-0-10
02-DD
01/03/11
Wha
t is the scop
e of work of th
e AHU upg
rade
s? A
re th
ese un
its going
to
be retrofitted to fa
n array style un
its?
Incl
ud
e a
gen
eral
cle
anin
g o
f th
e co
ils a
nd
th
e u
nit
,
insp
ecti
on
, filt
er c
han
ge,
bel
t ch
ang
e, g
reas
e b
eari
ng
,
etc.
BARC
01/05/11
Pag
e 17
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
186
Mecha
nical
MH6-0-10
01-DD,
MH6-0-10
02-DD
01/03/11
Man
y of th
e AHUs will be requ
ired to ship in multiple sections and
/or fully
knocked do
wn. W
hat a
re th
e maximum
section dimen
sion
s for ea
ch given
mecha
nical roo
m?
Th
e m
ech
anic
al r
oo
ms
are
def
ined
on
th
e d
raw
ing
s.
Th
e m
ech
anic
al c
on
trac
tor
shal
l det
emin
e th
e
sect
ion
s re
qu
ired
fo
r in
stal
lati
on
.
BARC
01/05/11
187
Mecha
nical
23 74 00
M 1
01/03/11
Are piziometer rings fa
ctory installed in th
e inlet b
ell of the
fan acceptab
le
as a mea
ns of return air flow mea
suremen
t? If so, wou
ld rings be requ
ired
on all fans or on
e fan pe
r array?
Pro
vid
e a
sep
arat
e st
atio
n s
imu
lar
to a
Ru
skin
AM
S05
0BARC
01/05/11
188
Mecha
nical
MH6-0-10
02-DD
Note # 9, Section
23 74 00
I 3 B
01/03/11
AHU Sched
ule Note # 9 calls fo
r copp
er coil fins, th
e specifications call for
alum
inum
fins.
Pro
vid
e co
pp
er.
BARC
01/05/11
189
Mecha
nical
MH6-0-10
02-DD
Note #1
, Section 23
74 00 J 2
01/03/11
Sched
ule calls fo
r 2” pan
el type
pre filter, Spe
cifications call for perman
ent
washa
ble filters. Which are req
uired?
Was
hab
le f
ilter
sBARC
01/05/11
190
Mecha
nical
01/03/11
Wha
t are th
e AHU delivery requ
iremen
ts (sche
dule), and
wha
t are th
e price
protection requ
iremen
ts?
Th
e sc
hed
ule
has
bee
n p
rovi
ded
. Th
e co
ntr
acto
r sh
all
incl
ud
e d
eliv
ery
cost
to
su
pp
ort
th
e p
ost
ed
con
stru
ctio
n s
ched
ule
.
BARC
01/05/11
191
Mecha
nical
01/03/11
For Air Systems an
d associated
duct w
ork, wha
t clean
ing requ
iremen
ts will
be req
uired on
which air system
s an
d to wha
t percentag
e of th
e system
is
the mecha
nical con
tractor to provide
clean
ing?
Will a procedu
re fo
r this
clea
ning
be provided
? Or is Tem
porary Filtering ad
equa
te? Cha
rcoa
l
Filters?
Req
uir
emen
ts a
re s
uff
icie
ntl
y d
efin
ed in
th
e
Mec
han
ical
Sco
pe
of
Wo
rk.
BA
RC
01/05/11
192
Mecha
nical
01/03/11
Dem
olition
notes on plan
s indicate to
provide
“camera” investigation of
aboveg
roun
d storm and
overflow plumbing
to determine which pipes to
replace. T
he rep
lacemen
t piping is on a Tem
porary Basis, w
ith th
e intent to
Rep
lace all Abo
vegrou
nd Storm
& Overflow Piping pe
r SOW-12(a), correct?
All
abo
ve g
rou
nd
pip
ing
is t
o b
e re
pla
ced
.BARC
01/05/11
193
Mecha
nical
MH6-0-10
02-DD,
Note # 10
01/03/11
Note # 10
req
uires that th
e Mecha
nical verify and
mod
ify ductwork ba
sed
on actua
l Pressure Drop for eq
uipm
ent served. Is the Mecha
nical
Con
tractor to anticipate an
d includ
e the cost to
verify th
e Duct D
esign?
Yes
BARC
01/05/11
194
Mecha
nical
MH6-0-10
02-DD
01/03/11
Note # 1 – MERV 8 Filters – Please confirm
IF th
ree (3) sets of m
edia are
requ
ired pe
r the DFW MEP Systems Guide
lines
Th
ree
sets
BARC
01/05/11
195
Mecha
nical
MH6-0-10
02-DD
01/03/11
Note # 2 – MERV 14 Filters - Please confirm
IF th
ree (3) sets of m
edia are
requ
ired pe
r the DFW MEP Systems Guide
lines
Th
ree
sets
BARC
01/05/11
196
Mecha
nical
MH6-0-10
02-DD
01/03/11
Note # 6 – Please clarify / Con
firm; Is the allowan
ces of 1.5” WG fo
r dirty
med
ia filters and
the .6” WG fo
r Future Gas Pha
se Filters (+2.1” W
G to
tal)
to be ad
ded to th
e sche
duled TOTAL FAN S.P.’s?
No
te #
6 is
incl
ud
ed in
th
e T
OT
AL
FA
N S
.P.
BARC
01/05/11
197
Mecha
nical
MH6-0-10
02-DD
01/03/11
Note # 8 – Drain Pan
s – Is th
is to
imply that ALL
sections dow
nstrea
m of
the cooling coils IE
: Sup
ply Fan
Sections are to
have either stainless steel
flooring or stainless drain pan
s?P
rovi
de
Sta
inle
ss S
teel
BARC
01/05/11
198
Mecha
nical
MH6-0-10
02-DD
01/03/11
Note # 9 – Coil Fin Material – Cop
per Fins are sche
duled in th
is note, yet
alum
inum
fins are listed
in th
e specifications – please clarify / confirm
Pro
vid
e co
pp
er.
BARC
01/05/11
Pag
e 18
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
199
Electrical
01/03/11
Design Narrative states th
at "DFW DAS hea
dend
sha
ll be
relocated
from
Terminal D to
the Ene
rgy Plaza". P
lease confirm
whe
ther th
is relocation
work scop
e is part o
f a sep
arate contract or if this relocation work scop
e
shall be pa
rt of this bid.
JAC
OB
S
200
Electrical
01/03/11
Design Narrative states th
at "DFW DAS hea
dend
sha
ll be
relocated
from
Terminal D to
the Ene
rgy Plaza. Con
tractor shall m
igrate American
Airlines
intercon
nection to th
e system
from
the Ram
p Tow
er to
the relocated
head
end." Please confirm
that th
ere is sufficient fibe
r in place betwee
n
Terminal A, the
Ram
p tower, a
nd th
e Ene
rgy Plaza to
provide
not only this
intercon
nection, but also the conn
ections req
uired for this project.
JAC
OB
S
201
Electrical
01/03/11
Pag
e 11
9 of th
e Design Narrative states "the he
aden
d softw
are (For th
e
RIDS) will migrate to
an IP solution du
ring TRIP a
t which time the
dedicated ne
twork sw
itch an
d RS-422
exten
ders will be eliminated
." P
lease
confirm
that th
e existing RIDS Signa
ge have an
etherne
t con
nection within
the display to allow fo
r commun
ication via ethe
rnet or will an ethe
rnet to
RS-
422 ad
apter be
req
uired as part o
f this bid pa
ckag
e at each of th
e displays.
JAC
OB
S
202
Electrical
01/03/11
Pag
e 12
1 of th
e Design Narrative de
scribes th
e requ
iremen
ts fo
r the CUSS
Kiosks to be provided
by the TRIP Project. Pag
e 12
1 states th
at "The
existing CUSS integrator sha
ll be
respo
nsible fo
r procuring an
d installing
CUSS kiosks. N
ew kiosks will be ad
ded to th
e existing DFW Airport C
USS
mainten
ance agree
men
t." P
lease confirm
whe
ther th
e costs for procuring
this equ
ipmen
t as well as the costs for ad
ding
these to th
e existing
mainten
ance agree
men
t sho
uld be
includ
ed as pa
rt of this contract or no
t.
If it is includ
ed in th
is bid, p
lease provide a contact n
ame an
d ph
one
numbe
r of th
e existing CUSS mainten
ance provide
r
JAC
OB
S
203
Electrical
01/03/11
Pag
e 12
1 of th
e Design Narrative states "Only Safeg
ate may perform
the
equipm
ent e
nginee
ring an
d softw
are prog
ramming (For th
e A-VDGS)."
Please confirm
whe
ther Safeg
ates scope
of w
ork is to
be includ
ed in th
is
bid or whe
ther it will be completed
outside
of this contract. If it is to be
includ
ed within th
is bid, p
lease provide a contact n
ame an
d ph
one nu
mbe
r.
JAC
OB
S
204
Electrical
01/03/11
Fire Safety Design Narrative Part 2
. Con
trol pan
els states "The
internal
compo
nents of th
e existing control pan
els will be up
grad
ed to
current
techno
logy com
pone
nts to align with new
con
trol pan
els to be ad
ded as
part of this project. Q. D
oes this mea
n that all ha
rdware in th
e existing fire
alarm con
trol pan
els will be replaced
with new
com
pone
nts?
JAC
OB
S
Pag
e 19
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
205
Electrical
01/03/11
Fire Safety Design Narrative Part 4
. Pow
er Sou
rce states " the ba
ckup
power sou
rce is req
uired to sup
ply all fire alarm
system com
pone
nts,
includ
ing the IED pag
ing system
, and
all ne
twork compo
nents associated
with th
e pa
ging
system" Q. Is th
e fire alarm system req
uired to provide
backup
pow
er fo
r the IED system?
JAC
OB
S
206
Electrical
01/03/11
Fire Safety Design Narrative Part 5
b. S
tates "The
fire alarm
system will
mon
itor all fire sprinkler flow
switche
s an
d tampe
r sw
itche
s an
d the Skylink
fire pu
mps. In ad
dition, th
e control pan
els of any pre-action sprinkler
system
s, clean
age
nt fire extingu
ishe
r system
s, and
air sampling au
tomatic
detection system
s will be mon
itored by th
e term
inal fire alarm
system" The
design
drawings do no
t sho
w flow
/tampe
r sw
itche
s an
d fire pu
mps at this
time no
r do
es th
e de
sign
drawings sho
w pre-action sprinkler systems, clean
agen
t fire extingu
ishe
r system
s, and
air sampling au
tomatic detection
system
s. Q. C
an any inform
ation be
provide
d prior to th
e bid da
te as to th
e
location an
d nu
mbe
rs of tam
per/flow switche
s, pre-action system
s, clean
agen
t fire extingu
ishe
r system
s, & air sampling au
tomatic detection
system
s?
JAC
OB
S
207
Electrical
01/03/11
Fire Safety Design Narrative Part 5
c. States " sampling tube
type
duct
smoke de
tectors will be provided
on the return sides of a
ll HVAC units over
2000
CFM" Q. A
re th
e du
ct smoke de
tectors actually sup
posed to be
located on
the supp
ly side of HVAC units over 20
00 CFM's? Also will duct
smoke de
tectors be
req
uired on
sup
ply an
d return sides of H
VAC units over
15,000
CFM's?
JAC
OB
S
208
Electrical
01/03/11
Fire Safety Design Narrative Part 7
a. "activation of th
e fire alarm occup
ant
notification will mute/de
activate all gate pa
ging
systems, TSA pag
ing
system
s, Skylink pa
ging
systems, MATV locations and
backgroun
d music"
Q. T
he fire alarm
design draw
ings do no
t currently sho
w the
location whe
re
we will interface with th
ese system
s. Can
this inform
ation be
provide
d prior
to th
e bid da
te?
JAC
OB
S
209
Electrical
01/03/11
Fire Safety Design Narrative Part 8
a. " All circuits associated with th
e file
on system will mee
t the
survivability requ
iremen
ts of N
FPA 72. All fire alarm
circuits will be de
sign
ed with sufficient cap
acity to
allow fo
r future
reno
vations and
expan
sion
s" Q. W
ill any type
of circuit integ
rity cable be
requ
ired for this fire alarm
system?
JAC
OB
S
Pag
e 20
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
Dal
las
/ Fo
rt W
ort
h In
tern
atio
nal
Air
po
rt
Ter
min
al A
- C
SP
Pro
po
sal f
or
ME
P, F
S, L
V S
ervi
ces
Initial Maximum
Price
DFW Airport, Texas
Preconstruction Questions and Answers
Version
Date:
ITE
MD
ES
IGN
DIS
CIP
LIN
E
SH
EE
T /
SP
EC
IFIC
AT
ION
SE
CT
ION
/
DE
TA
IL
QU
ES
TIO
N
DA
TE
QU
ES
TIO
NR
ES
PO
NS
ER
ES
PO
NS
E B
YR
ES
PO
NS
E
DA
TE
Janu
ary 6, 201
1
210
Electrical
01/03/11
Fire Safety Design Narrative Part 1
2 ne
twork commun
ications con
nection "
the existing ne
twork commun
ications con
nection be
twee
n the fire alarm
pane
ls with th
e term
inal and
the ne
twork commun
ications con
nections to
the othe
r term
inals an
d the EBI server must b
e located, iden
tified an
d
marked "as existing to rem
ain" so that th
e ne
twork commun
ications
Racew
ay/cab
ling is not dam
aged
during construction" Q. W
ill th
is be
performed
by the fire alarm con
tractor or will som
eone
else provide this
service?
JAC
OB
S
211
Electrical
01/03/11
It ap
pears that th
e fire alarm system designe
r (CCI) plans to
provide
a
complete fire alarm design to includ
e cond
uit racew
ays circuiting an
d othe
r
miscellane
ous items. Q. W
ho will provide
the final eng
inee
ring for this fire
alarm system e.g circuiting, battery calculations/voltage
drops? In
other
words how
far do
es CCI p
lan on
taking
their de
sign
?
Pro
vid
ed s
cop
e is
iden
tifi
ed in
th
e R
FP
.BARC
01/05/11
212
Electrical
01/03/11
Are th
ere draw
ings available that sho
w th
e pa
ths or locations of the
prop
osed
tempo
rary corridors?
Th
ey a
re id
enti
fied
in t
he
ph
asin
g d
raw
ing
s, S
ecti
on
7
of
the
RF
P.
BARC
01/05/11
213
Electrical
01/03/11
The
re is a fire alarm
sym
bol sho
wing up
on the draw
ings th
at looks like
some type
of n
otification de
vice. T
his symbo
l doe
s no
t app
ear in th
e symbo
l
lege
nd ( see
atta
ched
PDF drawing) Q. W
hat is this sym
bol sup
posed to
be?
Sam
e as
th
e w
all m
ou
nt
A/V
dev
ice.
BARC
01/05/11
214
-
215
-
Pag
e 21
of 2
1A
dden
dum
#2,
Dec
embe
r 22
, 201
0
ATTACHMENT A04.04
BARC Terminal A – MEP Competitive Sealed Proposal
January 6, 2011
Scope of Work for AVDGS and FINAL BAG INTEGRATION (SAFEGATE)
AVGDS AND FINAL BAG INTERGRATION
Safegate Airport Systems, Inc - Scope of Supply
Section 27 53 20 of Contract #9500421-SA04
Safegate’s scope of supply
- The development, commissioning and testing of modifications to DFW Airport’s existing Gate
Operating System (GOS) application to incorporate final bag light functionality as detailed within
1.2.A and D of scoping document.
- The development, commissioning and testing of modifications to DFW Airport’s existing GOS
application to incorporate interconnectivity lightning warning/notification system and ramp
closure light signaling as detailed within 1.2.C of scoping document.
- Supply and configure necessary IP to analog signaling device and associated cabling for device to
function.
- Provide IP to analog IO signaling device installation and testing instruction.
Exclusions to Safegate’s scope of supply
- Supply of cabling and other associated infrastructure in providing interconnectivity to /from
lightning detection system and GOS sever/DFW network
- Supply of cabling, lighting fixture and other associated infrastructure (after IO signaling device)
in the installation of new final bag light.
- Engineering or design services for work outside of our scope of supply
- Supply of incremental workstations.
Contact: Safegate Airport Systems
Attn: Rich Weyandt
Phone: (763) 535-9288
Date: _____________________________ Type: _________________________
Firm Name: ______________________________________________________
Project: _________________________________________________________
eW Cove Powercore2800 KDimmable, efficient light for interior alcoves and niches
eW® Cove Powercore is a dimmable, linear LED fixture that provides an energy-efficient, low-maintenance alternative to traditional cove lighting in applications requiring white or solid-color light. With its low profile, rotating housing, flexible end-to-end locking power connectors, and range of colors and color temperatures, eW Cove Powercore is the perfect choice for a wide range of interior retail, exhibit, hospitality, and architectural settings. Patented Powercore, which powers eW Cove Powercore fixtures directly from line voltage, supports long runs of fixtures on a single circuit while offering improved operational efficiency and cost-effective installation and operation.
• Integrates patented Powercore technology — Powercore rapidly, efficiently, and accurately controls power output to eW Cove Powercore fixtures directly from line voltage. Contractor-friendly installation dramatically simplifies installation and helps lower total system cost
• Range of colors and color temperatures — Available in five color temperatures, ranging from a warm 2800 K to a cool 5000 K, and three solid colors (Amber, Green, and Blue). Warmer color temperatures are appropriate for intimate, open environments such as restaurants and hotel lobbies, while cooler color temperatures are appropriate for lighting clean and efficient spaces such as offices, classrooms, and hospitals.
• Smooth dimming capability — Patented DIMand technology offers smooth dimming capability with standard ELV-type dimmers.
• Support for 100, 120, and 230 VAC — eW Cove Powercore accepts a power input of 100, 120, or 230 VAC for consistent installation and operation from line voltage in a variety of locations.
• Easy installation — Powercore delivers line voltage directly to the fixtures, simplifying
installation by eliminating the need for external power supplies and allowing long product runs. Easy-to-install 4 ft (1.2 m) mounting tracks allow quick project setup in linear applications.
• Compact and flexible — eW Cove Powercore low-profile fixtures fit in narrow alcoves, display cases, light boxes, and other tight spaces where light sources requiring ballasts, external power supplies, and other auxiliary equipment can not.
• Flexible mounting and positioning — With end-to-end locking power connectors that can make 180º turns, eW Cove Powercore fixtures are easy to position in even the most challenging mounting circumstances. Fixtures rotate in 10° increments through a full 180° for precise aiming and color mixing. Optional mounting tracks support vertical and overhead positioning. 1 ft (305 mm) and 5 ft (1.5 m) jumper cables can add extra space between fixtures.
For detailed product information, please refer to the eW Cove Powercore Product Guide at www.colorkinetics.com/ls/essentialwhite/ewcovep/
5.6 in(142 mm)
4.3 in(109 mm)
6 in(152 mm)
6.6 in(168 mm)
12 in(305 mm)
8.1 in(206 mm)
1.4 in(35 mm)
1.25 in(32 mm)
1 in(25 mm)
120V 120V
120V120V
A Green Flagship ProductOur Green Flagship Products offer significantly improved environmental performance in two or more of the following Green Focal Areas: weight, energy consumption, hazardous substances, packaging, recycling, disposal, and lifetime reliability.
Philips Color Kinetics3 Burlington Woods DriveBurlington, Massachusetts 01803 USATel 888.385.5742Tel 617.423.9999Fax 617.423.9998www.colorkinetics.com
Copyright © 2009 Philips Solid-State Lighting Solutions, Inc. All rights reserved. Chromacore, Chromasic, CK, the CK logo, Color Kinetics, the Color Kinetics logo, ColorBlast, ColorBlaze, ColorBurst, ColorGraze, ColorPlay, ColorReach, DIMand, EssentialWhite, eW, iColor, iColor Cove, IntelliWhite, iW, iPlayer, Light Without Limits, Optibin, and Powercore are either registered trademarks or trademarks of Philips Solid-State Lighting Solutions, Inc. in the United States and/or other countries. All other brand or product names are trademarks or registered trademarks of their respective owners. Due to continuous improvements and innovations, specif ications may change without notice.
DAS-000002-02 R01 12-09
Specifications Due to continuous improvements and innovations, specif ications may change without notice.
† Lumen measurement complies with IES LM-79-08 testing procedures‡ L70 = 70% maintenance of lumen output. (When light output drops below 70% of initial output.) L50 = 50% maintenance of lumen output. (When light output drops below 50% of initial output.)* These figures, provided as a guideline, are accurate for this configuration only. Changing the configuration can affect the fixture run lengths.
Fixtures and Accessories
eW Cove Powercore fixtures are part of a complete system which includes fixtures and:• One Leader Cable or Wiring
Compartment to connect each series of fixtures to a power source.
• (Optional) Jumper cables to add space between fixtures.
• (Optional) Mounting track to ensure straight runs of fixtures.
Use Item Number when ordering in North America.
Item Specification 6 in (152 mm) 12 in (305 mm)
Output
Beam Angle 110° x 110°
Lumens† 72 135
Color Temperature 2800 K (+375 / -300)
Efficacy (Lm/W) 32.7 30
Mixing Distance 2 in (51 mm) to uniform light
CRI 71 71
Lumen Maintenance70,000 hours L70‡ @ 25° C 50,000 hours L70‡ @ 50° C 90,000 hours L50‡ @ 25° C 70,000 hours L50‡ @ 50° C
Electrical
Input Voltage 100 / 120 / 230 VAC
Power Consumption 2.2 W max. at full output, steady state 4.5 W max. at full output, steady state
Power Factor >=0.7 residential, >=0.9 commercial
Physical
Dimensions (Height x Width x Depth)
1.25 x 6 x 1.37 in (32 x 152 x 35 mm)
1.25 x 12 x 1.37 in (32 x 305 x 35 mm)
Weight 0.19 lbs (85 g) 0.31 lbs (142 g)
Housing Injection-molded plastic, gray finish
Lens Clear polycarbonate
Fixture Connections Integral male / female connectors
Operating Temperature -4° F – 122° F (-20° C – 50° C)
Humidity 0 – 95%, non-condensing
Max. Fixture Run Length*
150 6 in (152 mm) fixtures 100 12 in (305 mm) fixtures Fixtures installed end-to-end, 20 A circuit, standard 10 ft (15.2 m) Leader Cable
Certification and Safety
Certification UL / cUL, FCC Class B, CE
LED Class Class 2 LED product
Environment Dry Location, IP20
Energy Efficiency California Title 24 Compliant
For detailed product information, please refer to the eW Cove Powercore Product Guide at www.colorkinetics.com/ls/essentialwhite/ewcovep/
Photometrics2800 K, 12 in fixture
2800 K, 6 in fixture
Cd: 0
9
17
26
34
43
51VA: 0º 10º 20º 30º 40º
90º
80º
70º
60º
50º
� - 0º H � - 90º H
Candela Table 0 22.5 44 67.5 90
05
152535
455565
758590
51 51 51 51 51 51 51 51 50 51 49 49 49 48 49 45 46 46 45 46 40 40 40 40 41 33 34 34 34 34 24 24 25 26 26 14 14 15 16 17 4 4 5 6 7 0 0 0 0 1 0 0 0 0 0
Polar Candela Distribution
Center Beam fc Beam Width
0.7 ft
1.3 ft
2.0 ft
2.7 ft
3.3 ft
4.0 ft
115 fc
29 fc
13 fc
7 fc
5 fc
3 fc
1.8 ft
3.6 ft
5.4 ft
7.3 ft
9.1 ft
10.9 ft
2.0 ft
3.9 ft
5.9 ft
7.9 ft
9.8 ft
11.8 ft
�� Vert. Spread: 107.3º�� Horiz. Spread: 111.8º
Illuminance at Distance
Cd: 0
5
9
14
18
23
27VA: 0º 10º 20º 30º 40º
90º
80º
70º
60º
50º
� - 0º H � - 90º H
Candela Table 0 22.5 44 67.5 90
05
152535
455565
758590
27 27 27 27 27 27 27 27 27 27 26 26 26 26 26 24 24 24 24 24 21 21 21 22 22 17 18 18 18 19 13 13 13 14 15 7 7 8 9 10 2 2 2 3 4 0 0 0 0 0 0 0 0 0 0
Polar Candela Distribution
Center Beam fc Beam Width
0.7 ft
1.3 ft
2.0 ft
2.7 ft
3.3 ft
4.0 ft
60 fc
15 fc
7 fc
4 fc
2 fc
2 fc
1.8 ft
3.6 ft
5.4 ft
7.2 ft
9.0 ft
10.9 ft
2.1 ft
4.1 ft
6.2 ft
8.3 ft
10.4 ft
12.4 ft
�� Vert. Spread: 107.2º�� Horiz. Spread: 114.5º
Illuminance at Distance
For lux multiply fc by 10.7
7 ft (2.2 m) 1 fc maximum distance
385 ft (117.3 m) 1 fc maximum distance
Power Consumption 4.5 WLumens 135 Efficacy 30 lm / W
Power Consumption 2.2 WLumens 72 Efficacy 32.7 lm / W
Item Type Size Item Number Philips 12NC
eW Cove Powercore, 100 VAC 2800 K
12 in (305 mm) 523-000004-02 910503700203
6 in (152 mm) 523-000005-02 910503700205
eW Cove Powercore, 120 VAC 2800 K
12 in (305 mm) 523-000004-00 910403600103
6 in (152 mm) 523-000005-00 910403600105
eW Cove Powercore, 230 VAC 2800 K 12 in (305 mm) 523-000004-01 910403325701
Mounting Track 25 / box 4 ft (1219 mm) 523-000006-01 910503700452
Leader Cable with terminator
UL / cUL 10 ft (3 m) 108-000032-00 910403600100
CE 10 ft (3 m) 108-000032-02 910403325901
Leader Cable with plug UL / cUL 8 ft (2.4 m) 108-000032-03 910503700394
Wiring Compartment with terminator UL / cUL 120-000076-00 910503700597
Jumper Cable
UL / cUL1 ft (305 mm) 108-000033-00 910403600101
5 ft (1.5 m) 108-000033-01 910403600102
CE1 ft (305 mm) 108-000033-02 910403326001
5 ft (1.5 m) 108-000033-03 910403326101
Competitive Sealed Proposal (December 10, 2010)
DFW Airport Terminal Renewal and Improvement Program Request for
Competitive Sealed Proposals (CSP)
Supplemental Agreement # 04
Mechanical/Plumbing, Electrical, Fire Protection and Low Voltage
Key Dates
Issue CSP: December 10, 2010
Mandatory Pre-Proposal conference: December 16, 2010 (2:00pm – 5:00pm)
Site Walk (Mechanical, Plumbing, Fire Protection): December 17th
, 2010 (8:30am – 11:00am)
Site Walk (Electrical and Low Voltage): December 20th
, 2010 (8:30am – 11:00am)
Deadline for written questions: December 27, 2010 (2:00pm)
Issue Last Addendum January 4, 2011
Deadline initial Proposal submission: January 11, 2011 (2:00pm)
Post-Proposal interview (Mechanical): January 17-18, 2011
Post Proposal Price Adjustment (Mechanical): January 21, 2011
Post-Proposal interview ( Electrical): January 19-20, 2011
Post Proposal Price Adjustment (Electrical): January 24, 2011
Post-Proposal interview ( Fire Protection): January 21-24, 2011
Post Proposal Price Adjustment (Fire Protection): January 27, 2011
Post-Proposal interview ( Low Voltage): January 25-26, 2011
Post Proposal Price Adjustment (Low Voltage): January 28, 2011
Proposal Evaluation: January 29 – March 14
Target date for selection: March 15, 2011
Refer to Section 10 of this CSP for Miscellaneous Bidding Information
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 2 of 25
Addendum #04 (January 6, 2011)
1. Mechanical/Plumbing , Electrical, Fire Protection, & Low Voltage Services Engagement
BARC is soliciting competitive sealed proposals (“CSP” or “Proposal”) from qualified subcontractors for Preconstruction Services and Construction required in connection with the existing site assessments, design, construction, and commissioning of the proposed DFW Airport Terminal Renewal and Improvement Program (TRIP) with respect to the following four distinct trades:
• Mechanical/Plumbing
• Electrical
• Fire Protection
• Low Voltage
The Proposal shall be for the work associated with DFW Airport Terminal A only, which is currently planned to be divided into three or more phases (the “Project”).
The intent of this solicitation is to select one subcontractor to execute all portions of the Mechanical/Plumbing work, one subcontractor to execute all portions of the Electrical work, one subcontractor to execute all portions of the Fire Protection work and one subcontractor to execute all portions of Low Voltage work. The four successful subcontractors will be expected to function as part of the BARC’s preconstruction team during the development of documents for Terminal A, including providing a variety of design assist advice, constructability reviews and construction cost analysis services necessary to support design and construction in an effort to optimize the schedule and cost of the project.
A complete proposal with all required cost breakdowns and other related documents must be submitted no later than the date and time described in Section 10 of this CSP. BARC will first review the Proposal and make a determination of the proposals within competitive range as outlined in selection criteria in section 15. BARC will identify in writing any deficiencies and any necessary clarifications to the respective proposers for the purposes of technical and price adjustments to the proposals before commencement of post-proposal discussions.
The selection team will hold post-proposal discussions and interviews with subcontractors following proposal analysis to conduct a thorough review of the proposals and to identify any further deficiencies or weaknesses after which the subcontractor will provide price adjustments for any scope modifications. Personnel required to attend the post-proposal discussions and interview from the subcontractor’s team include the proposed Project Executive, Preconstruction Manager, Project Manager, Superintendent, Quality Control Manager, and Safety Manager assigned full time to the project. These or other individuals attending this post-proposal discussions and interview must have the authority to represent your company and to make decisions and/or commitments on behalf of the company that will be incorporated into the Post Proposal Price Adjustments. The discussions will be held at 7th floor 3100 McKinnon, Dallas, Texas 75201.
On behalf of BARC, we thank you for the interest that your company has demonstrated in the project. We look forward to receiving your responsive proposal and wish you success in your efforts.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 3 of 25
Addendum #04 (January 6, 2011)
2. About the Construction Manager (BARC)
The BARC joint venture will be responsible for the renovation of Terminals A and C under the DFW Airport Terminal Renewal and Improvement Program through 2017. BARC is composed of four contractors including: Balfour Beatty Construction, Azteca Enterprises, H.J. Russell & Company, and CARCON. BARC is committed to supporting the success of the DFW Airport Terminal Renewal and Improvement Program, and to maximizing the positive impact that the program brings to the Dallas and Fort Worth and North Texas communities.
3. About the Owner (DFW Airport)
Located halfway between the cities of Dallas and Fort Worth, Texas, DFW International Airport is the world's third busiest, offering nearly 1,750 flights per day and serving 57 million passengers a year. DFW has been named "Best Airport for Customer Service in North America" by an Airports Council International survey of passengers in 2006 and 2007. DFW International Airport provides non-stop service to 134 domestic and 37 international destinations.
4. About the Architect/Engineer (Jacobs Design Team)
DFW International Airport Development and Engineering selected Jacobs Engineering Group Inc. (Jacobs), a global leader in integrated multidisciplinary architectural and engineering design as one of two prime design consultants to provide Design and Design Management Services for the DFW Airport Terminal Renewal and Improvement Program. Jacobs and its team of design sub-consultants, the Jacobs Design Team (JDT) will prepare the construction documents for Terminal A and C as the Architect and Engineer of Record. The selected subcontractors will be required to work closely with BARC and the TRIP design professionals to ensure the constructability of the construction documents, adherence to budget constraints, and that the constructed work meets specified performance requirements.
5. General Scope and Nature of the Work
Current plans require construction to begin in Terminal A in early 2011. Terminal A is scheduled to complete by the fall of 2014 followed by Terminal C, which should complete by the end of 2017. The current construction phasing plan requires approximately one-third of a terminal to be under construction at a given time without disrupting existing day to day airport operations elsewhere. Terminal A is approximately 1.1 million square feet that is 35 years old and primarily is functioning on the originally installed building systems. The project scope is to provide for a complete renovation of the existing facility including the replacement of the building system providing for an additional 30+ years of useful life, including replacement of all Terminal A systems, including plumbing, HVAC, fire protection, security, electrical, building management system (BMS), and voice & data. The project will be logistically complex in that only one-third of the terminal can be under construction at one time while the other two-thirds remain operational. Both new and existing systems will be utilized to provide conditioned air and utilities during construction. The construction zones defined by full height temporary partitions will have to maintain negative pressure to the operating terminal. Cross contamination of new systems from construction and from contaminates in
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 4 of 25
Addendum #04 (January 6, 2011)
the existing systems must be avoided to the extent possible. Charged and energized systems will be present throughout the construction phase. Therefore, extensive lock-out/tag-out procedures will be utilized to prevent injury or property damage at all valves and electrical equipment/panels. Lay-down space is in the Terminal construction zone limited to 5,000 SF for each selected subcontractor and all of its sub-tiers. Gated lay-down yards will be available on Airport property. With respect to demolition and replacement of the above-ceiling systems above and around the Baggage Handling System (“BHS”) on the ground floor, the BHS must remain operational without interruption from 5 am to midnight. BARC will provide one man/material hoist on the land side and one man/material hoist on air side on the opposite end of the building. No tower crane will be provided. All cranes and other lifting equipment will be provided by the Subcontractor. The maximum boom height of all cranes is 60 ft. Above-ceiling work should be done from scissor lifts limited to 3,000 lbs and smaller. The largest access to the construction area for installing large equipment and prefabricated items will be 28’-0” by 14’-0”. Subcontractor will be responsible for all disassembly and re-assembly of all equipment and pre-fabricated items to accommodate this size limitation. Subcontractors are expected to utilize BIM modeling for clash detection and to provide advice on optimum routing/zoning based on structural laser scan information or other structural backgrounds provided by BARC.
6. State of the Design Documents
The design documents are approximately 35% complete for the entire Project. The design documents related to Phase 1 being slightly more advanced than those for Phase 2 and 3. The design documents for the scope of temporary work necessary to take Phase 1 out of service and maintain Terminal operations are approximately 90% complete. Proposers are expected to provide a complete proposal to perform all work reasonably inferable from the design documents and necessary for a complete and functioning airport terminal in accordance with all applicable codes and industry practices. Therefore, the proposal process must be carefully managed and documented by both the Proposers and BARC to insure a consistent and accurate understanding of the entire scope of the project and that the proposals, when received, can be evaluated to accurately determine the best value for DFW Airport according to the scoring criteria below. To that end, communications between BARC and the Proposers that may affect the proposal responses must be written and must be provided to all Proposers. Proposers are encouraged to provide written questions throughout the proposal preparation process until the cutoff date of December 27, 2010 and should anticipate that the scope of the project will be defined sufficiently through the questions and answers and discussions process such that the final proposal submission will reflect the scope of work with sufficient precision to define when a change in scope may occur during the development of construction documents and preconstruction process. Proposers should assume that the documents and Exhibits provided in this CSP are intended to be complementary. What is required in one of the CSP documents is required by all, and the greater scope is intended to be provided, unless BARC directs otherwise in writing. In the event of a irreconcilable conflict between the CSP documents, the following order of precedence for the
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 5 of 25
Addendum #04 (January 6, 2011)
Proposal documents shall apply: 1) the Prime Contract; 2) these Instruction to Proposers; 3) BARC’s answers to Proposers’ questions; 4) BARC’s Scope of Work and Special Provisions; 5) Jacobs Engineering Design Narrative; 6) Subcontractor Proposal Clarifications and Assumptions; 6) Drawings; and 7) Specifications Proposers should carefully define the anticipated scope of Work in their proposals with the intent of providing the design team a roadmap to complete the design documents without a change in scope. All material assumptions that have the potential to be ambiguous as being inferred or necessary for a functioning airport terminal that are not shown or described on the CSP documents should be appropriately defined in the Proposal. To that end, Proposers should submit their detailed estimates, clarifications and assumptions, and any drawings/sketches to clarify their scope in a separate bound volume that does not count against the page limits for the proposal. All estimating information and other information unique and proprietary to a Proposer and marked as such in the proposal will be kept confidential to the extent allowed under applicable law.
7. Competition requirements and determination of allowable costs
In addition to the GMP amount for preconstruction services for entire project, the Proposal will contain i) a Guaranteed Maximum Price (GMP) for the construction cost of work of Phase 1, ii) an Initial Maximum Price (IMP) for the construction cost of work for Phases 2 and 3, and iii) a GMP for General Conditions for the entire Project. The intent is to convert the GMP/IMP amounts to a lump sum subcontract at or near the conclusion of the preconstruction period when the subcontractor has proven to BARC’s and DFW Airport’s reasonable satisfaction that it has achieved competitive bids on all purchased materials and equipment and subcontracted work. However BARC reserves the right to utilize a GMP contracting method for the entire duration of the subcontract. For all other cost items that will not achieve competitive bids, such as labor, supplies, small tools, shop-related costs, and any overhead rates or labor burdens, the subcontractor must provide certified cost and pricing data that provides all relevant information BARC and DFW may want to know to evaluate the reasonableness of the costs within the proposed lump sum price and conformance with applicable provisions of BARC’s contract with DFW Airport (the “Prime Contract”). To the extent subcontracted work includes exclusive local and M/WBE subcontractors as part of the subcontractor’s team, the exclusive sub-tiers must demonstrate competition or provide certified cost and pricing data to substantiate its costs as the subcontractor.
At the time the GMP/IMP is converted to a lump sum for each phase, all labor burden, overhead rates, shop rates, and equipment rates will be fixed in the subcontract based on the cost and pricing data previously provided and used for calculation of change orders to the lump sum contract. Until the selected subcontractor has met its obligations to convert to a lump sum amount for each phase, it shall be reimbursed for its costs allowable under BARC’s contract with DFW Airport with its proposed overhead/ fee percentage as indicated in estimate detail (containing all of the non-reimbursable elements defined in Prime Contract) applied to the actual cost of the work. To the extent the proposers have shop charges related to operation of prefabrication facilities associated with pre-fabricated components, those rates will be audited and fixed after award as a direct cost of the work and applied to all pre-fabricated material and labor cost. Shop charges do not include overhead and other off site costs (estimating, BIM, etc.) in connection with professional preconstruction services.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 6 of 25
Addendum #04 (January 6, 2011)
8. Anticipated bonding requirements
Because of the size and somewhat undefined scope and schedule of the project, BARC will requires at time of submission of CSP a Bid Bond in the amount 5% of the combined total for GMP for Preconstruction Services, GMP for General Conditions, and GMP for Phase 1. In addition, the successful subcontractors will provide a security bond in the amounts listed below to provide security that the Subcontractor will enter into separate subcontracts for Phases 2 and 3 in amounts not to exceed the IMP’s provided in the Proposal. Security bond requirements for each scope of work are as follows: Mechanical / Plumbing $5,000,000 Fire Protection $450,000 Electrical $3,500,000 Low Voltage $1,500,000 An initial Payment & Performance Bond will be required upon execution of the subcontract for Phase 1, which will include GMP for Preconstruction Services, the GMP amount for General Conditions for the entire project, and the GMP for Phase 1 construction labor, materials, and equipment.
Proposers should anticipate the following bond capacity will be required over the duration of the Terminal A project and that bonding up to two phases will be required. It is anticipated that Phase 1 bond will be closed out before Phase 3 is issued. Estimated maximum bonding amount will be as follows;
• Bond capacity for Mechanical/Plumbing: $75 million.
• Bond capacity for Electrical: $75 million.
• Bond capacity for Fire Protection: $6 million.
• Bond capacity for Low Voltage: $10 million.
9. Insurance program
DFW Airport will provide an OCIP that will cover all Worker’s Compensation, General Liability, Completed Operations, and Pollution Liability for all on-site operations. Therefore, proposers are required to provide their own off site CGL, offsite WC coverage, and AOA/Auto Liability for both on and off site operations as evidenced in attached exhibit G A more detailed OCIP manual will be provided in future addendum. All proposers are required to state the cost of insurance that has been omitted from their proposals in the designated line on the Proposal forms; however, DFW Airport reserves the right to conduct an audit to determine the actual avoided cost of insurance after completion of the work. Furthermore as a requirement of the safety OCIP, all employees working on the TRIP projects will be required to attend a two day safety and project orientation session. The training will be conducted in a classroom setting off airport property on Esters road. In addition to the two day orientation and safety training sessions, all persons in a supervisory role will be required to attend a one day management training session.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 7 of 25
Addendum #04 (January 6, 2011)
The Proposers will need to include cost for two day training for all the employees and the one additional day training for supervisors.
10. Schedule for selection/award and Miscellaneous Bidding Information
a. Key dates and milestones in the evaluation and selection process of
Mechanical/Plumbing, Electrical, Fire Protection and Low Voltage work for Terminal A are:
Issue CSP: December 10, 2010
Mandatory Pre-Proposal conference: December 16, 2010 (2:00pm–5:00pm)
Site Walk (Mech., Plumbing, Fire Protection) December 17, 2010(8:30am–11:00am)
Site Walk (Electrical, Low Voltage) December 20, 2010 (8:30am–11:00am)
Deadline for written questions: December 27, 2010 (2:00pm)
Issue Last Addendum January 4, 2011
Deadline initial Proposal submission: January 11, 2011 (2:00pm)
Post-Proposal interview (Mechanical/Plumbing): January 17-18, 2011
Post Proposal Price Adjustment (Mech/Plumb): January 21, 2011
Post-Proposal interview (Electrical): January 19-20, 2011
Post Proposal Price Adjustment (Electrical): January 24, 2011
Post-Proposal interview (Fire Protection): January 21-24, 2011
Post Proposal Price Adjustment (Fire Protection):January 27, 2011
Post-Proposal interview (Low Voltage): January 25-26, 2011
Post Proposal Price Adjustment (Low Voltage): January 28, 2011
Proposal Evaluation: January 29 – March 14
Target date for selection: March 15, 2011
b. Mandatory Pre-Proposal Conference will be held at TEXO’s conference room at 11101 North Stemmons Freeway, Dallas Texas 75229.
c. For site walks, we will gather at the DFW Airport Development and Engineering Building, 3003 South Service Road. Due to security concerns and limited bus space,
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 8 of 25
Addendum #04 (January 6, 2011)
preregistration for the site visit is required. Registration will take place at the pre-bid. Please limit attendees to the site visit to two per proposer.
d. CSP Document Availability: Documents are available through various venues. All documents except SSI (Sensitive Security Information) documents will be available by 3 pm Friday, December 10th, 2010 at the following locations:
i. Documents are available for purchase at the following printers;
1. MS Dallas Reprographics, 2300 Reagan Street, Dallas, Texas 75219. Contact: Teresa Dillon at 214-521-7000
2. Thomas Reprographics, 2811 Maple Avenue, Dallas, Texas 75201. Contact: Tom Perez at 214-880-0022
3. Documents can be downloaded at no charge from Smartbidnet. Use the following link to have direct access to Smartbidnet.
https://secure.smartbidnet.com/External/PublicPlanRoom.aspx?Id=202
41&i=1
ii. Documents also are available at the following plan rooms for review and inspection;
1. American Indian Chamber of Commerce at 101 Summit Avenue, Suite 401, Fort Worth. Phone: 817-870-2323.
2. Asian American Contractors Association at 11171 Harry Hines Blvd, Suite 115, Dallas. Phone 972-241-8250
3. Associated General Contractors of Texas at 6220 North Beltline Road, Suite 210, Irving. Phone 972-580-8685
4. Black Contractor Association at 1409 South Lamar Street, Suite 205, Dallas. Phone 214-485-0483.
5. Builders Exchange of Texas at 8411 Sterling Drive, Suite 101, Irving. Phone 214-687-9000
6. Dallas Black Chamber of Commerce at 2838 Martin Luther King Jr. Blvd., Dallas. Phone 214-421-5200
7. DFW Minority Supplier Development Council at 2710 Stemmons Freeway, Suite 900, Dallas. Phone 214-630-0747.
8. Fort Worth Hispanic Chamber of Commerce at 1327 North Main Street, Fort Worth. Phone 817-625-5411.
9. Fort Worth Metropolitan Black Chamber of Commerce at 1150 South Freeway, Suite 211, Fort Worth. Phone 817-870-0372.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 9 of 25
Addendum #04 (January 6, 2011)
10. Greater Dallas Asian American Chamber of Commerce at 11171 Harry Hines Blvd., Suite 115, Dallas. Phone 972-241-8250.
11. Greater Dallas Hispanic Chamber of Commerce at 4622 Maple Avenue, Dallas. Phone 214-523-3406.
12. McGraw-Hill Construction at 9155 Sterling Drive, Suite 160, Irving. Phone 972-819-1307.
13. Regional Hispanic Contractors Association at 2210 West Illinois Street, Dallas. Phone 972-786-0909.
14. TEXO, The Construction Association at 11111 North Stemmons Freeway, Dallas. Phone 972-247-9962.
iii. SSI DOCUMENTS (Sensitive Security Information) will only be available at
BARC office located at 3003 S. Service Road, Trailer A-1, DFW Airport, Texas 75261. Documents will be distributed on CD to Contractors after the security responsibility document is signed and delivered to BARC to acknowledge the subcontractor’s responsibility to comply with CFR Part 15.20 regarding protection of Sensitive Security Information. They will be available on or after Friday, December 10, 2010 between 10:00 a.m. and 4:00 p.m. at the BARC office for a refundable deposit in the amount of $200.00. CD’s can be shipped to out-of-town locations at the subcontractor’s expense. SSI documents will not be available in any plan rooms. All of the CD’s, copies of CD’s, printouts, prints or other reproductions along with your document distribution log have to be returned within three (3) days following the award for security reasons.
11. BARC’s Representative for this CSP
• For all general and Division 1 questions: o Dan McCollum
BARC, a Joint Venture Design & Preconstruction Services Chief Estimator DFW Airport Development and Engineering P.O. Box 612008 DFW Airport, Texas 75261
Phone: (972) 586-5846 Cell: (214) 243-4672 Fax: (972) 586-5810
Email: [email protected]
• For all MEP Questions: o Charles Lack
Preconstruction MEP Director 3100 Mckinnon, Seventh Floor Dallas, Texas 75201
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 10 of 25
Addendum #04 (January 6, 2011)
Phone: 214-451-1197 Cell: 469-525-0982 Email: [email protected]
12. Instructions on sending written questions
1. Questions shall be submitted to the designated BARC Representative via email, FAX or other written means.
2. The deadline for receiving questions at DFW Airport Development & Engineering (ADE), Trailer A-1, 3003 South Service Road, P.O. Box 612008 DFW Airport, TX 75261 is December 27, 2010 (2:00pm).
3. BARC’s replies will be distributed in writing to all proposers receiving the CSP by posted addendum.
4. No oral statement, clarification, or any other communication relating to the CSP or the Project are valid or binding unless the information is issued in writing by BARC’s Representative.
5. BARC’s Representative is the only person authorized to provide a formal response to a proposal question. No other person has authorization to make any statement that would bind BARC regarding this CSP.
13. Instructions on Delivering Printed Material
1. The deadline for delivering printed material to the BARC Representative is 2:00 PM, Tuesday, January 11, 2011.
2. Provide 10 sets of printed material on three-hole-punch 8 ½” X 11” paper printed front and back in color and portrait with tabs dividing the sections as described in paragraph “5” below.
3. The printed material shall be limited to 40 pages using single-spaced 11 pt. font. The page count limit of 40 pages does not include specifically required supplemental information such as divider pages or tabs or blank pages or supplemental information contained in Volume 3, such as detailed estimates, clarifications and assumptions, or edited subcontract terms and conditions. Any pages in the printed material beyond the 40 page limit in Volumes 1 and 2 will not be reviewed or evaluated. Number each printed page in the printed material from 1 sequentially to a maximum of 40.
4. Schedules and other oversized documents may be provided on larger-size three-hole fold-out paper, preferably at 11” x 17” in size.
5. Use blank Avery 10-Tab Labels or equivalent and title the tabs as follows:
a. Divide your submission into three separate volumes.
b. For Volume One: Label the first tab, “Company Description.” Insert printed material for criterion 1 behind this tab.
c. For Volume One: Label the second tab, “D/MWBE and Local Participation.” Insert printed material for criterion 2 behind this tab.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 11 of 25
Addendum #04 (January 6, 2011)
d. For Volume One: Label the third tab, “Technical Approach.” Insert printed material for criterion 4 behind this tab.
e. For Volume One: Label the fourth tab, “Subcontractor Qualifications.” Insert printed material for criterion 5 behind this tab.
f. For Volume Two: Label the fist tab “Introduction”
g. For Volume Two: Label the second tab “Guaranteed Maximum Price.” Insert printed
material for criterion 3 behind this tab.
h. For Volume Three: Label the first tab “Detailed Estimate”
i. For Volume Three: Label the second tab “Clarifications and Assumptions”
j. For Volume Three: Label the third tab “Subcontract Comments”
14. Scope of Work
1. General
a. To allow for the scheduled completion of the project in the fall of 2014, it is anticipated that the Project will be delivered via a design assist process with opportunity to recommend packaging of design and construction documents to expedite bidding and construction.
b. The selected subcontractors will be integral members to the TRIP Project Delivery Team. The primary focus of the selected subcontractors shall be to provide a variety of document reviews, budgeting, scheduling, phasing, and constructability reviews necessary to support the design and construction effort.
c. The selected subcontractors will be performing continuous budget management until the design is complete with responsibility to identify (at least monthly) scope creep and other events with cost implications to the subcontractor, including any usage of the established contingency within the GMP.
d. BARC intends to utilize the same selected mechanical/plumbing, electrical, fire protection and low voltage subcontractors for preconstruction and construction for Terminal A. BARC further intends to convert the cost reimbursable GMP contract to a firm, lump sum contract for each phase once the design is 70% completed and DFW has confirmed that competition has been achieved for all subcontracts or purchase orders issued by the subcontractors.
2. Preconstruction Services (15 Months)
a. Design / Preconstruction Services review meetings will be held as needed, but as a minimum, every week through the completion of the design phase and periodically thereafter, as required. The selected subcontractor shall attend and participate in all meetings. Meetings may be held at the Owner’s, Architect’s, Engineer’s, or BARC’s offices, whichever is deemed most appropriate at the time by the TRIP Project Delivery Team.
b. The selected subcontractors shall provide continual value engineering services addressing constructability; life cycle analysis; existing conditions surveys; availability of materials for
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 12 of 25
Addendum #04 (January 6, 2011)
specialized systems; comparative cost/benefit analysis for various systems. Budget/schedule impact will be evaluated with the Project Delivery Team as specific phases of the overall design are developed in order to avoid the development of the Contract Documents that exceed budget and schedule limitations.
c. In addition to the continuous budget management described in 1.b above, the selected subcontractors shall be required to follow the following process to reconcile estimates and/or changes in scope:
i. Prepare two fully detailed estimates in each area of each phase for their respective scopes of work utilizing unit costs as shown in detailed estimate (refer attachment 11C, 12C, 13C, and 14C) during CSP bidding time, which will be held and utilized in establishing GMP and Lump Sum pricing. These unit costs include all tools, consumables, markups, contingency, escalation, and fee. General Conditions and Preconstruction cost is not part of these unit costs.
ii. To track the changes against the accepted proposal price, schedule, and assumptions in the subcontract, The detailed estimates are due not later than two weeks after issuance 70% Construction Documents, and 100% Construction Documents for each Phase of TRIP. All supplemental estimates shall be submitted with a complete price breakdown (tracking line item changes in scope, refer attachment 11C, 12C, 13C, and 14C), detailed listing of qualifications and assumptions, inconsistencies, delays or problem areas which could impact budget parameters and final delivery into the construction phase of the project. Each subsequent estimate/budget shall address (and eliminate, if possible) the earlier assumptions and clarifications included in the previous budget.
iii. Subcontractor will demonstrate that it has achieved competition (i.e., expectation of at least three bids) for all items over $25,000 before any GMP is converted into a lump sum.
d. After GMP amounts are converted to lump sum, all new changes will be reconciled in accordance with the prime contract with cost and pricing data and as per Change Order Form (attachment 11E for Mechanical/Plumbing, attachment 12E for Electrical, attachment 13E for Fire Protection, and attachment 14E for Low Voltage) submitted with the proposal. BARC will utilize rates submitted in the proposal for all changes to the subcontract.
e. The selected subcontractors shall conduct constructability reviews for all phases in collaboration with the TRIP Project Delivery Team to determine that the design documents will result in construction documents that are sufficiently complete, accurate and coordinated to the existing conditions so as to reduce the risk of disruption, delay, change orders, and potential claims. At a minimum, the selected subcontractors will be responsible to verify the observable existing conditions as the design evolves and confirm the accuracy of the dimensions of design documents and prepare accurate as-built information for both existing and new features at least weekly and communicate any discrepancies to BARC. The mechanical and electrical constructability analysis will also include developing a comprehensive strategy to maintain conditioned air throughout the Terminal and maintaining indoor air quality using permanent or temporary systems during construction.
As part of the constructability reviews, the subcontractors shall develop and implement a comprehensive lock-out/tag-out process for systems within their scope to avoid injury to
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 13 of 25
Addendum #04 (January 6, 2011)
persons or property. No change orders will be issued related to errors or omissions or lack of coordination in the Construction Documents that were reasonably discoverable by a sophisticated subcontractor performing the work in similar circumstances.
f. The selected subcontractor shall continually seek to create value by identifying options to improve constructability and functionality, reduce capital or life cycle costs, or provide operational flexibility consistent with the Owner’s program needs.
g. The selected subcontractor shall assist the TRIP Project Delivery Team with schedule development by verifying schedule sequencing, logistics to expedite materials, verifying activity durations, and systems testing to meet the intent of the design.
h. The selected subcontractor shall assist the TRIP Project Delivery Team with creating performance standards to measure and track quality. This shall include, but not be limited to, developing quality procedures, quality assurance checklists, manufacturing mockups, conducting pre-work meetings, performing first work inspections, system checks and startup.
i. The selected subcontractor shall assist with reviewing Owner Furnished Equipment and furnishings, installation costs, and any other items that may potentially affect the construction costs.
j. The TRIP Project Delivery Team and selected subcontractors shall have as their goal, to minimize the need for requests for information (RFI’s) during the construction phase, through effective collaboration and communication during the preconstruction phase of the project. This will require the subcontractor’s full understanding of design requirements, including the design intent and all project technical requirements prior to commencement of construction.
k. Construction Document Coordination and Constructability Review: The nature of the
design documents, when complete, and the respective subcontractor’s responsibility with
respect thereto will fit the following descriptions:
a. Mechanical/Plumbing (HVAC) Documents – Produced by Design Engineer (JDT)
i. System Flow Diagrams
ii. Enlarged mechanical/plumbing rooms with equipment and ductwork shown and
sized
iii. Ductwork shown and sized in shaft
iv. High pressure and medium pressure ductwork sized and shown on floor plans
v. All equipment scheduled and located on drawings. Distribution boxes identified with required cfm. Any reheat requirements will be identified.
vi. Fire dampers, smoke dampers, & fire/smoke dampers shown.
vii. Thermostats and sensor locations shown.
viii. Special systems, such as fan coil units or communications room units, designed and sizes shown.
ix. Specifications for HVAC systems, materials, and equipment
b. Mechanical/Plumbing Subcontractor shall produce 3-D models covering all items
listed above and add the following:
i. Show all low pressure ductwork to boxes coordinating ceiling space with all other disciplines.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 14 of 25
Addendum #04 (January 6, 2011)
ii. Show and size all distribution points using criteria given by Design Engineer.
iii. Represent in 3D all clearance and access zones.
c. Mechanical/Plumbing (Misc. Piping) Documents – Produced by Design Engineer
(JDT) i. System Flow Diagrams
ii. Enlarged mechanical/plumbing rooms with all equipment and piping shown and
sized
iii. Piping shown and sized in shaft
iv. Piping mains and branches to boxes sized and shown on floor plans
v. Piping distribution to boxes shown
vi. Special piping systems such as fan coil units or computer room units designed
and sizes shown
vii. Required isolation valves shown
viii. Required special devices such as backflow preventers, prv’s, traps, etc. shown
ix. Specifications
d. Mechanical/Plumbing Subcontractor shall produce 3-D models covering all items
listed above and add the following: i. All piping mains and branches to boxes coordinating ceiling space with all other
disciplines. Represent in 3D all clearances and access zones.
e. Plumbing Documents – Produced by Design Engineer (JDT) i. Enlarged equipment room layouts with all piping and sizing
ii. All waste, vent, storm, and potable water piping shown and sized on plans
including branch lines to fixtures and batteries of fixtures
iii. All fixtures labeled
iv. All isolation valves located
v. Plumbing layouts with fixture callouts show.
vi. All special systems shown and sized
vii. All required special devices such as backflow preventers, prv’s etc shown
viii. Specifications for all Plumbing Systems, Materials, and Equipment
f. Mechanical/Plumbing Subcontractor shall produce 3-D models covering all items
listed above and add the following: i. Show and size all branch take-offs and piping in chases
ii. Show all water hammer arrestors and required trap primers
iii. Show all piping and special systems equipment and piping, coordinating ceiling
spaces with all other disciplines
iv. Represent in 3D all clearance and access zones.
g. Fire Protection (performance specification) – Produced by Design Engineer (JDT) i. Enlarged fire pump room layouts with all piping and sizing
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 15 of 25
Addendum #04 (January 6, 2011)
ii. All areas of the building zoned by areas with complete hydraulic calculations, main and branch piping runs sized and shown on drawings with complete sprinkler head layout
iii. All floor control valves shown
iv. All heads in high finish areas shown
v. All special systems such as FM200, pre-action, and dry shown
vi. All fire mains to floor control valves shown
vii. Specifications for fire protection systems, materials and equipment
h. Fire Protection Subcontractor shall produce 3-D drawings covering all items listed
above and add the following: i. Provide full fire protection drawings with hydraulic calculations and all piping
drains and heads required for a fully sprinkled building. Represent in 3D all clearance and access zones.
i. Electrical (power) Documents – Produced by Design Engineer (JDT) i. Enlarged plans of electrical rooms showing all equipment
ii. All receptacle locations shown by type and circuited
iii. All mechanical/plumbing equipment should be scheduled
iv. All low voltage head end equipment should be scheduled
v. One-line/riser diagram showing all equipment and feeder/conduit sizing
vi. Coordination study verifying all essential systems properly coordinate per NEC
517
vii. Panel schedules shown on plans
viii. Specifications
j. Electrical (lighting) Documents – Produced by Design Engineer (JDT) i. All fixtures shown by type normal life safety with controls
ii. Circuiting by area and not on individual devices iii. All site lighting shown by type with controls iv. Complete fixture schedule shown on plans v . Specifications
k. Electrical (low voltage) Documents – Produced by Design Engineer (JDT) i. All devices shown on plans, including devices/types, paging speaker locations (if
separate from fire alarm system), all telephone/data outlet locations, all fire alarm devices (detection and notification), and all security devices
ii. Cable tray sized and shown for general locations required
iii. A riser shown for vertical telephone/data/communications pathways
iv. A security riser will be shown
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 16 of 25
Addendum #04 (January 6, 2011)
v. Enlarged plans of communications rooms and security rooms with all known equipment shown
vi. Specifications for low voltage electrical systems, materials and equipment
l. Electrical Subcontractor shall produce 3-D drawings covering all items listed above
(power, lighting, and low voltage) and add the following: i. Show all branch circuiting with homeruns and circuit numbers. Include general
routing of existing conduits to aid in coordination
ii. Complete panelboard schedules to include final circuit numbers shown on plans. Along with general routing of existing conduits to aid in design coordination
iii. Show wiring devices in all rooms that fall under typical category
iv. Incorporate DFW Airport fire marshal approved fire alarm plans into final documentation to reflect final installation
v. Assistance will be required to complete the coordination study to include actual breakers/devices to be installed
vi. Represent in 3D all clearance and access zones.
l. BIM Capabilities
The optimum use of Building Information Modeling (BIM) for the Project continues to be evaluated. At minimum BIM will be used to produce coordination for all mechanical/plumbing, electrical, fire protection and low voltage scopes with the use of 3D models or “clash detection” models using Navisworks (additional items may be required as determined by the BARC BIM Integrator). The projects BIM integration effort will be led by BARC’s BIM Integrator, but subcontractor BIM qualifications are key to its success. It is important that subcontractors communicate their BIM capabilities including clarity on your plan for utilizing in house staff vs. subcontractors.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 17 of 25
Addendum #04 (January 6, 2011)
3. Construction Services
a. Project Controls
1) Each subcontractor shall comply with and enforce BARC’s work policies and procedures.
2) Each subcontractor shall coordinate and monitor their activities and work between all other subcontractors and project team to ensure project objectives of cost, time, and quality are achieved.
3) Each subcontractor shall keep accurate records of all bid information and prepare cost and pricing data to substantiate the reasonableness of their proposal price until converted to a lump sum and keep accurate records of actual costs for any reimbursable costs and insurance.
4) Each subcontractor shall maintain full time staff on-site to coordinate and direct their work as defined in the General Conditions cost breakdown.
5) Each subcontractor shall review issues related to progress problems, safety, quality, scheduling, and cost.
6) Each subcontractor shall monitor schedule as construction progresses and identify potential variances between scheduled and probable completion dates. Review schedules of work not started or completed and make adjustments and recommendations to meet scheduled completion dates.
b. Shop Drawings/Submittals
1) Each subcontractor shall manage the flow and processing of submittals and shop drawings to meet the project schedule and ensure all submittals are completely reviewed for contract compliance prior to issuing to BARC.
2) Each subcontractor shall be responsible for reviewing and approving all submittals and shop drawings prepared by sub-subcontractors and outside detailers (second tier subcontractors). This shall include any submission of shop drawings to the Authorities Having Jurisdiction or as may be required for mockup testing.
c. Permits & Fees
1) Each subcontractor shall pay for and obtain all necessary permits and pay all fees associated with their scope of work.
d. Quality Control / Inspections
1) Each subcontractor will be required to furnish, administer, and implement their own Quality Control Plan consistent with the BARC’s QC Plan developed for their installation scope. BARC’s project staff will aid the subcontractor in development of a QC Plan if they do not currently have one. This subcontractor must submit their QC Plan for the BARC’s approval prior to work commencing.
2) The subcontractor’s plan is expected to convey the methods they will employ to control the quality of their work and installations. The subcontractor’s plan should include the activity descriptions, the inspection procedures, how reporting and follow-up will be accomplished, and how steps for correction and improvement will be taken. The
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 18 of 25
Addendum #04 (January 6, 2011)
mechanical and electrical subcontractors are expected to have a dedicated QC Manager on site at all times work is being performed.
3) Each subcontractor shall help coordinate and attend all local and/or state inspections applicable to their respective scopes of work and other related scopes of work as necessary. Each subcontractor shall provide the required supervision and personnel to facilitate these inspections and approvals necessary to obtain occupancy by the Owner.
4) The selected subcontractor shall assist the TRIP Project Delivery Team with creating performance standards to measure and track quality. This shall include, but not be limited to, developing quality procedures, quality assurance checklists, manufacturing mockups, conducting pre-work meetings, performing first work inspections, system checks and startup
e. Safety Program
1) Each subcontractor will be required to furnish, administer, and implement their own Safety Program consistent with the BARC’s Safety Program developed for the Project. This subcontractor must submit their Safety Plan for the BARC’s approval prior to work commencing. A dedicated Safety Manager shall be on site at all times subcontractor is performing work.
2) The subcontractor’s plan is expected to convey the methods they will employ to control the safety of their work and installations. The subcontractor’s plan should include the activity descriptions, the job hazard analysis procedures, how reporting and follow-up will be accomplished, and how steps for correction and improvement will be taken.
f. Commissioning
1) Each subcontractor shall coordinate the checkout and system start up of all associated systems and equipment operation and readiness with the Owner’s 3rd party commissioning agent.
g. Final Completion
1) Each subcontractor shall provide Owner training for equipment and systems for their associated scope of work including on-site training by manufacturer’s technical representatives.
2) Each subcontractor shall provide all certifications and testing reports required for Owner occupancy.
3) Each subcontractor shall provide required O&M Manuals, record drawings, maintenance tools, warranties, and excess materials as required for proper maintenance by the Owner.
15. Selection Criteria
1. Criterion 1. Company Description. Weight (0) points. (All pages will count on the page count)
a. Describe the company’s total size, resources, staffing, expertise, and workload as a
business. If a joint venture is proposed, describe the joint venture and provide the size, resources, staffing, expertise, and workload for each joint venture partner.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 19 of 25
Addendum #04 (January 6, 2011)
b. Describe your company’s financial strengths and capabilities. Prior to award the selected subcontractor will submit financial and bonding information for the company or each joint venture partner.
c. Describe significant provisions in the joint venture agreement and each organization’s responsibility for sharing expenses, profit, loss, control of business operations, etc., on this project.
2. Criterion 2. D/MWBE/local participation. Weight (20) points. (All pages will count in the page count. Note: Page count for GFE (Good Faith Effort) will not count towards page count)
a. Phase I - Demonstrate through a written narrative, your efforts to involve and utilize
DMWBEs at the recommended goal level. This project has an aspirational DMWBE
goal of thirty five (35%) of the total dollar value of the contract including any change
orders. Describe where and how DMWBE resources will be involved in the project by
completing the Schedule of Subcontractors (Preliminary) form (Refer Attachment 17 and
Exhibit L for forms and DFW D/M/WBE Policy) for each team member identified. In
the event you are not demonstrating participation consistent with the aspirational goal,
documentation evidencing a good faith effort to meet the goal must be presented with the
proposal. (Good Faith Effort documentation is not counted against page limit.)
Phase II & III - Demonstrate through a written narrative your efforts to involve and
utilize DMWBEs at the recommended goal level. This project has an aspirational
DMWBE goal of thirty five (35%) of the total dollar value of the contract including any
change orders. Describe where and how DMWBE resources will be involved in the
project and included in your competitive bidding process.
b. Where a certified D/W/MBE partner represents less than fifty percent (50%) of the
partnership or joint venture, D/M/WBE participation at the prime level by the certified
D/W/MBE partner will count towards the 35% D/M/WBE goal. If the D/M/WBE
participation at the prime level comprises less than 35% of the total contract value,
including all change orders, the balance of the required 35% D/M/WBE participation
level must be obtained through certified D/W/MBE subcontractors. For example, if a
qualified certified D/W/MBE partner at the prime level provides 35% of the total contract
value, including all change orders, the entire amount of that participation shall be applied
to the goal and the goal shall be considered met. If a qualified certified D/W/MBE partner
provides 20% of the total prime contract value, including all change orders, the entire
amount of that participation shall be applied to the goal and an additional 15% shall be
obtained from certified D/W/MBE subcontractors in order for the goal to be considered
met.]
c. Provide a narrative demonstrating how you have achieved similar DMWBE participation
goals in the past using similar subcontracting plans. Include examples with proposed
DMWBE commitment versus actual level of achievement.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 20 of 25
Addendum #04 (January 6, 2011)
d. Provide a narrative demonstrating your understanding of DFW's DMWBE Program,
including the expedited payment process described in the Prime Contract. Include a
description of firm's commitment to programs, assistance or support to enhance the
capacity or facilitate the participation of DMWBE firms in the project.
e. Describe percentage of local work force to perform scope of service and describe your
plan for involving local companies in your scope of service. Local companies are those
that has headquarters, regional offices, or a major office located within the 12 counties of
Collin, Dallas, Denton, Ellis, Henderson, Hood, Hunt, Johnson, Kaufman, Parker,
Rockwall, and Tarrant
3. Criterion 3. Guaranteed Maximum Price. Weight (35) points a. Complete the attached Bid Form for the entire Terminal A scope of Work. The lowest
cumulative final adjusted sum of all the items i through v. below will be awarded the maximum number of points. Proposals with the final adjusted sum above the lowest priced proposal will be awarded points based on a pro-rata percentage.
i. Cost of Work (GMP) for Phase 1. ii. Cost of Work (IMP) for Phase 2.
iii. Cost of Work (IMP) for Phase 3. iv. General Conditions for all Phases (GMP) v. Preconstruction Services for all Phases (GMP)
b. Provide detailed estimate supporting all the cost of work items noted in subparagraph a.
by operational area for each Phase in a format as noted in Exhibit 11C for Mechanical and Plumbing, Exhibit 12C for Electrical, Exhibit 13C for Fire Protection, and Exhibit 14C for Low Voltage. Include all assumptions and clarifications necessary to communicate to the selection committee in a format as noted in Exhibit 11D for Mechanical and Plumbing, Exhibit 12D for Electrical, Exhibit 13D for Fire Protection, and Exhibit 14D for Low Voltage. The detailed estimate and assumptions are in Volume
3 and are not included in the page count. c. From the detailed estimate, provide total estimated manhours (separate off site
prefabrication labor, if any, from on site labor) to perform Phase 1 along with a breakdown of all applicable labor-related rates, including PT&I (excluding WC), small tools, consumables, and shop overhead. These rates will be audited for verification prior to executing the subcontract.
4. Criterion 4. Project Technical Approach Weight (20) points. (All pages will count in the page
count.)
a. Precon Strategy: i. Describe your proposed approach to Preconstruction Services including its
capabilities and availability of estimating resources. ii. Describe your bid strategy for sub-subcontractors, suppliers, vendors, etc. that
will provide the best value to DFW Airport with the lowest risk of escalation and insure adequate competition. Provide detail descriptions of your processes used
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 21 of 25
Addendum #04 (January 6, 2011)
to procure the specific trade packages and how your firm will ensure documented competition for all phases of terminal work.
iii. What aspects of the project estimate will be most unpredictable or difficult to estimate? Why so? How will you go about determining accurate pricing for these, particularly in the IMP’s for Phases 2 and 3?
iv. What are the likely impacts of current economic conditions on estimating and buying out the project for Phases 2 and 3?
v. Describe your approach to early procurement of major equipment and long lead items to maximize owner savings and meet critical completion schedules.
vi. BARC expects the Work to be performed at or below the line item amounts proposed in 2.a above. Given the level of information available in the CSP documents, provide a narrative demonstrating your firm’s approach to accurately infer scope that is not shown on preliminary design documents and cost control strategies that will result complete the Work at or below the proposed amounts for all three Phases.
b. Constructability Review: i. Describe your procedures and objectives for reviewing design and construction
documents and for providing feedback regarding cost, value engineering, schedule, and constructability to the Project Delivery Team.
ii. Describe your approach to constructability analysis and planning for this project and how it will be implemented, specifically discussing your strategy for field verification of the design and how you plan to deal with site limitations such as access to install new equipment and operational systems (i.e., baggage handling).
iii. Describe you strategy for using permanent systems during construction (i.e., return air filtering) without damage or reduction in service life.
iv. Describe your capabilities for Building Information Modeling (BIM) and how will it be used in this type of renovation project. Describe how the preparation of the BIM will interface with the design engineers CADD designs with specific prior experiences describing your role in coordinating a previous design project with a BIM. Explain how computer files were shared and how the constantly changing information was distributed to all parties
c. Safety Program: i. Describe your Safety program for this project and how it will be implemented.
The discussion should specifically be directed at large interior remodel and “hot” work approach.
ii. Provide your EMR, your Incident Rate for the last three years, your OSHA violations in the last three years, and a description of any fatalities in the last three years.
d. Quality Control and Commissioning: i. Describe the scope you have included for Commissioning as described in
Specification Section 019100 and your approach to achieving an efficient commissioning of the project first by Phase and then an overall commissioning of the entire Terminal A.
ii. Describe your Quality Control program and staffing for this project and how it will be implemented, specifically addressing any technology you plan to use (i.e., Vela System).
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 22 of 25
Addendum #04 (January 6, 2011)
5. Criterion 5. Subcontractor’s Qualifications Weight (25) points. (All pages will count in the page count.)
a. Similar Size and Type Project: i. Provide description and list of similar heavy renovation projects and how you
were successful in maintain ongoing operations within facilities.
b. Key Team Members: i. Provide an organizational chart illustrating your key management and technical
positions and structure for the project. ii. Provide a resume for the person proposed for the top project leadership position.
Describe this person’s leadership attributes and experience. Describe the authority, and authority limits, that the organization or joint venture will vest with this person to manage the project. Describe any other duties this person may retain outside of the project.
iii. Describe the positions that will report directly to the project leader. Describe the duties, span of control and authority for each direct report position. Describe the attributes, competencies, and experience for each person assigned to one of these direct report positions.
iv. Provide the resume for the pre-construction services leader. Provide resumes for personnel who will report directly to the pre-construction services leader.
v. Provide the resume for the construction services leader. Provide resumes for superintendents and project managers who will report to directly to the construction services leader.
vi. For other positions on the organizational chart that have not already been addressed above, describe the purpose and duties and responsibilities for the position. For each person provide a short one or two paragraph synopsis of their experience, training, and most recent position and employer. Describe three projects in the organization’s construction management portfolio in the past five years that most closely match the scope and features of DFW Airport’s project.
vii. Provide the name, address, phone number, and title of client references for each project. Provide the name, address, phone number, and title of client references for each BIM project.
c. Proposed Plan for Execution of Work:
i. Provide a narrative demonstrating your proposed plan for the execution of work for your trade. Describe your schedule assumptions regarding manpower, equipment, crew flows and describe your logistics for material storage and delivery.
ii. For Mechanical Proposers: Provide the detailed strategy and resource requirements/production assumptions for installation of chilled water (CW) and (HW) heating water loops to allow start up and commissioning for each phase.
iii. For Electrical Proposers: Provide the detailed strategy, resource requirements, and production assumptions for installation of temporary electrical equipment and temporary service to allow normal required terminal operation for each phase.
iv. For Fire Protection and Security Proposers: Provide the detailed strategy, resource requirements, and production assumptions for installation of temporary systems to allow normal required terminal operation for each phase.
d. Experience in managing projects under GMP:
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 23 of 25
Addendum #04 (January 6, 2011)
i. Describe three projects in the organization’s construction management portfolio in the past five years that were cost reimbursable with a GMP and most closely match the scope and features of DFW project.
ii. Describe any unique aspects in managing the GMP for each project. iii. Provide name, address, phone number, and title of client references for each
project.
6. Post Proposal Discussions
Team leaders should present enough of the presentation to demonstrate their leadership and other personal characteristics such as personality, communication ability, and work competencies for the selection committee. The committee will score the written material presented for Criteria 1 through 4 only after post proposal discussions and necessary revisions to the proposal to address any weaknesses or deficiencies that have been identified to the Proposers as set forth below.
A. Instructions for Post Proposal Discussions
1) Verbal discussions with selected Proposers are set for January 17 through 28, 2011. The presentation dates are fixed and will not be changed. The order for verbal discussions will be determined by drawing lots, and will not be reordered. The final discussions schedule will be forwarded to the selected Proposers after receipt of competitive sealed proposals.
2) One and one half (1½) hours is allotted for each discussion.
3) The discussion process first will allow the Proposer to verbally address weaknesses and deficiencies that previously have been identified to the Proposer and to present to the selection committee its key team members, procurement and execution strategies, budget and scope analysis, safety and quality control processes, and any other element of the proposal they wish to highlight.
4) The format will be informal and promote open dialogue between the Proposer and the selection committee and may continue with written questions and answers after the verbal presentation to clear up remaining questions. Presenters should allow time for dialogue with selection committee members.
5) Discussions will be held at 7th floor 3100 Mckinnon, Dallas, Texas 75201.
6) At the conclusion of the discussions period, which shall be determined by BARC in its sole discretion, the Proposers will be allowed to revise their proposals to address any deficiencies that have been identified during the post bid process and adjust their GMP and IMP pricing.
7) Once the discussions are complete, the committee will score all proposals independently. Therefore, there should be not direct contact (including telephone conversations) between the proposer and any selection committee member. Any endeavor by any team member at any level to influence any selection member is grounds for immediate disqualification for selection.
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 24 of 25
Addendum #04 (January 6, 2011)
16: Attachments
1. Instruction to Proposers 2. Example Existing Conditions (Ramp Level, Concourse Level, Upper Level) 3. BIM – Requirements 4. Project Schedule 5. Phasing Drawing 6. Make ready sketch and maintain service list 7. Site Logistics 8. Schedule of Preconstruction Services and Rates 9. Schedule of General Conditions 10. Comprehensive Asbestos Inspection (Column Line 1 -15) 11. Mechanical and Plumbing
A. Scope of Work B. Proposal Form C. Estimate Detail D. Estimate Clarification and Assumptions E. Change Order Form
12. Electrical A. Scope of Work B. Proposal Form C. Estimate Detail D. Estimate Clarification and Assumptions E. Change Order Form
13. Fire Protection
A. Scope of Work B. Proposal Form C. Estimate Detail
D. Estimate Clarification and Assumptions E. Change Order Form
14. Low Voltage A. Scope of Work B. Proposal Form C. Estimate Detail D. Estimate Clarification and Assumptions E. Change Order Form
15. Temporary Access/Egress Corridor Construction Requirements. 16. Fire Watch 17. D/MWBE Forms 18. Construction Labeling and Select Removal of Communication Cabling
DFW Airport Terminal Renewal and Improvement Program
Mechanical/Plumbing, Electrical, Fire Protection & Low Voltage Services
Instructions to Proposers Attachment 1
Page 25 of 25
Addendum #04 (January 6, 2011)
17: Exhibits
1. Exhibit B: List of Subcontract Documents
• Plans and Specification
• Design Narrative 2. Exhibit C: Prime Contract Flow Down and Important Provisions List 3. Exhibit D: Base Contract General and Special Provisions 4. Exhibit E: Supplemental Agreement General and Special Provisions 5. Exhibit F: Subcontract Payment and Performance Bonds 6. Exhibit G: Sample Certificate of Insurance 7. Exhibit H: Partial Lien and Claim Waiver Form 8. Exhibit I: Final Lien and Claim Waiver Form 9. Exhibit J: Project Safety Program 10. Exhibit K: Payment Request Form 11. Exhibit L: DFW’s DMWBE Contract Provisions 12. Exhibit M: Prevailing Wage Rate Schedule 13. Exhibit N: Builder Risk Deductibles and Limit of Liability 14. Exhibit O: Subcontract Bid Bond 15. Exhibit P: General Requirements – Air Operations Area (AOA) Procedures 16. Exhibit Q: Affidavit and Bill of Sale for Stored Material 17. Exhibit R: Texas Sales and Use Tax Exemption Certification 18. Exhibit S: Insurance Program Manual (BARC will issue this Exhibit with future addendum)
DFW Airport
DFW Terminal Renewal and Improvement Program CSP For Mechanical/Plumbing
Proposal Form Part 2 (Part of Volume 3 Submission)
TOTAL
PHASE 1 (GMP) PHASE 2 (IMP) PHASE 3 (IMP)
Phase 3 AC
CONNECTOR
(IMP)
COST
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
$0
COOKING OIL $0
GLYCOL $0
$0
COMMISIONING $0
$0
TOTAL COST OF WORK $0 $0 $0 $0 $0
GENERAL CONDITIONS (GMP for all Phases from Attachment 9) $0
TOTAL COST $0
ADD FOR PAYMENT AND PERFORMANCE BOND $0 $0 $0 $0 $0
ADD FOR SECURITY BOND (for Phase 2 and 3 only) $0 $0 $0 $0 $0
PRECONSTRUCTION SERVICES (GMP for all Phases from Attachment 8) $0
GRAND TOTAL COST $0 $0 $0 $0 $0
C O S T B R E A K D O W N B Y A R E A
GREASE SYSTEMS
SUB SOIL SYSTEM
PLUMBING FIXTURES
SANITARY SEWER SYSTEM
OFCI EQUIPMENT
STORM SEWER SYSTEM
DFW Airport, Texas
Cost Summary
MECHANICAL AND PLUMBING BREAKDOWNS BY MAJOR BUILDING FUNCTIONS
DEMOLITION
EQUIPMENT
CHILLED WATER SYSTEM
HEATING WATER SYSTEM
AIR DISTRIBUTION
DOMESTIC COLD WATER SYSTEM
DOMESTIC HOT WATER SYSTEM
CONTROLS
Note: 1. Escalation included with Cost of Work
2. Fee Included with Cost of Work
Page 1 of 1 Printed: 1/6/2011 at 2:03 PM
Page 1 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
A. Bid Package:
Number / Description from Bid Package Listing: MECHANICAL AND PLUMBING
B. Bidder Information:
Company Name: __________________________________________________________________
Address: __________________________________________________________________
City, State and Zip: __________________________________________________________________
Contact Name: Email:
Phone: Fax:
C. Acknowledgement of Addendums:
List any / all amendments: ____________________________________________________________________
D. Acknowledgement of Bid Package Attachments and Exhibits:
Have all the following bid package exhibits and attachments been reviewed and acknowledged without exception? Check Yes/No
Attachments YES NO 1. Instruction to Proposers ____ ____ 2. Example Existing Conditions (Ramp Level, Concourse Level, Upper Level) ____ ____ 3. BIM – Requirements ____ ____ 4. Project Schedule ____ ____ 5. Site Logistics ____ ____ 6. Make ready sketch and maintain service list ____ ____ 7. Phasing Drawings ____ ____ 8. Schedule of Preconstruction Services and Rates ____ ____ 9. Schedule of General Conditions ____ ____ 10. Comprehensive Asbestos Inspection (Column Line 1 -15) ____ ____ 11. Mechanical and Plumbing ____ ____
a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
12. Electrical ____ ____ a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
Page 2 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
13. Fire Protection ____ ____ a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
14. Low Voltage ____ ____ a. Scope of Work ____ ____ b. Bid Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
15. Temporary Access/Egress Corridor Construction Requirements ____ ____ 16. Fire Watch
____ ____ 17. D/MWBE Forms ____ ____ 18. Construction Labeling and Select Removal of Communication Cabling ____ ____ Exhibits YES NO
1. Exhibit B: List of Subcontract Documents ____ ____ • Plans and Specification ____ ____ • Design Narrative ____ ____
2. Exhibit C: Prime Contract Flow Down and Important Provisions List ____ ____ 3. Exhibit D: General Provision of the Prime Contract ____ ____ 4. Exhibit E: Special Provision of the Prime Contract ____ ____ 5. Exhibit F: Subcontract Payment and Performance Bonds ____ ____ 6. Exhibit G: Sample Certificate of Insurance ____ ____ 7. Exhibit H: Partial Lien and Claim Waiver Form ____ ____ 8. Exhibit I: Final Lien and Claim Waiver Form ____ ____ 9. Exhibit J: Project Safety Program ____ ____ 10. Exhibit K: Payment Request Form ____ ____ 11. Exhibit L: DFW’s D/M/WBE Policy ____ ____ 12. Exhibit M: Prevailing Wage Rate Schedule ____ ____ 13. Exhibit N: Builder Risk Deductibles and Limit of Liability ____ ____ 14. Exhibit O: Subcontract Bid Bond ____ ____ 15. Exhibit P: General Requirements – Air Operations Area (AOA) Procedures ____ ____ 16. Exhibit Q: Affidavit and Bill of Sale for Stored Material ____ ____ 17. Exhibit R: Texas Sales and Use Tax Exemption Certification ____ ____ 18. Exhibit S: Insurance Program Manual ____ ____
E. Alternates:
Provide pricing for the following alternates. Circle either Add or Deduct as it applies to your scope of work.
Alternate #1: Provide a one year warranty on the whole terminal for one year after final acceptance of phase 3. Add / Deduct $
Page 3 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
F. Voluntary Alternates:
Voluntary alternates are highly encouraged. Voluntary alternates for alternate products, means and methods, details, acceleration capabilities or differing manufacturer recommendations will be considered. Voluntary alternates are to be deductive or additive values to the Bidder’s base bid amount. Any accepted voluntary alternate will be constructed, furnished and installed during the same duration as that noted provided construction schedule. All costs to maintain or expedite the overall schedule shall be included within costs of voluntary alternates.
Voluntary Alternate #1: Add / Deduct $
(Provide description)
Voluntary Alternate #2: Add / Deduct $
(Provide description)
Voluntary Alternate #3: Add / Deduct $
(Provide description)
Voluntary Alternate #4: Add / Deduct $
(Provide description) If additional space is required, please attach a separate sheet of paper.
G. Required Cost Breakdowns (Part of Volume 2 Submission):
All Cost Breakdowns with related Clarification and Assumptions needs to follow the following forms and attachments;
a. Refer to Proposal Form Part 2 for Major Building Function Breakdowns. b. Refer to Estimate Details templates, Attachment 11C for Mechanical and Plumbing, Attachment 12C for
Electrical, Attachment 13C for Fire Protection, and Attachment 14C for Low Voltage for estimate detail and further comparison requirements.
c. Refer to Clarification and Assumptions template, Attachment 11D for Mechanical and Plumbing, Attachment 12D for Electrical, Attachment 13D for Fire Protection, and Attachment 14D for Low Voltage for Clarification and Assumption format requirements.
d. Refer to Change Order Form requirements, Attachment 11E for Mechanical and Plumbing, Attachment 12E for Electrical, Attachment 13E for Fire Protection, and Attachment 14E for Low Voltage to establish future Change Order format. This form will only be used for new changes after GMP’s and IMP’s get converted into Lump Sum Price.
Page 4 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
H. Grand Total Cost:
• Grand Total Cost from Proposal Form Part 2: $ Insurance Cost Breakdown:
• Cost for Off-Site General Liability and Auto : $ Included in Grand Total Price
• General Liability & Workman’s Comp. (if not enrolled in a OCIP or CCIP) : $
• Cost for $10M Excess Auto Liability: $
SIGNATURE:
Signature of Contact:
Date:
NOTE: This bid form must be signed to be considered complete.
END OF BID FORM
DFW Airport
DFW Terminal Renewal and Improvement Program CSP For Electrical
Proposal Form Part 2 (Part of Volume 3 Submission)
TOTAL
PHASE 1(GMP) PHASE 2 (IMP) PHASE 3 (IMP)
PHASE 3 AC
CONNECTOR
(IMP)
COST
$0
$0
$0
$0
$0
$0
$0
$0
FIRE ALARM $0
COMMISSIONING $0
DEMOLITION $0
TOTAL COST OF WORK $0 $0 $0 $0 $0
GENERAL CONDITIONS (GMP for all Phases from Attachment 9) $0
TOTAL COST $0
ADD FOR PAYMENT AND PERFORMANCE BOND $0 $0 $0 $0 $0
ADD FOR SECURITY BOND (For Phase 2 and 3) $0 $0 $0 $0 $0
PRECONSTRUCTION SERVICES (GMP for all Phases from Attachment 8) $0
GRAND TOTAL COST $0 $0 $0 $0 $0
DFW Airport, Texas
Note: 1. Escalation included with Cost of Work
2. Fee Included with Cost of Work
LIGHT FIXTURE PURCHASE COST (FIXTURE,LAMPS,BALLAST,SPECIAL FREIGHT ONLY)
Cost Summary
ELECTRICAL BREAKDOWNS BY MAJOR BUILDING FUNCTIONS
DISTRIBUTION SYSTEM
GENERAL POWER
MECHANICAL / EQUIPMENT SYSTEM POWER
GROUNDING SYSTEM
LIGHT FIXTURE SYSTEM (BRANCH AND LABOR)
LIGHTING CONTROL
LIGHTNING PROTECTION
C O S T B R E A K D O W N B Y A R E A
Page 1 of 1 Printed: 1/6/2011 at 2:07 PM
Page 1 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
A. Bid Package:
Number / Description from Bid Package Listing: ELECTRICAL
B. Bidder Information:
Company Name: __________________________________________________________
Address: __________________________________________________________________
City, State and Zip: ____________________________________________________________
Contact Name: Email:
Phone: Fax:
C. Acknowledgement of Addendums:
List any / all amendments: _________________________________________________________
D. Acknowledgement of Bid Package Attachments and Exhibits:
Have all the following bid package exhibits and attachments been reviewed and acknowledged without exception? Check Yes/No
Attachments YES NO
1. Instruction to Proposers ____ ____
2. Example Existing Conditions (Ramp Level, Concourse Level, Upper Level) ____ ____
3. BIM – Requirements ____ ____
4. Project Schedule ____ ____
5. Site Logistics ____ ____
6. Make ready sketch and maintain service list ____ ____
7. Phasing Drawings ____ ____
8. Schedule of Preconstruction Services and Rates ____ ____
9. Schedule of General Conditions ____ ____
10. Comprehensive Asbestos Inspection (Column Line 1 -15) ____ ____
11. Mechanical and Plumbing ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
12. Electrical ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
Page 2 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
13. Fire Protection ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
14. Low Voltage ____ ____
a. Scope of Work ____ ____
b. Bid Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
15. Temporary Access/Egress Corridor Construction Requirements
16. Fire Watch
17. D/MWBE Forms
18. Construction Labeling and Select Removal of Communication Cabling
Exhibits YES NO
1. Exhibit B: List of Subcontract Documents ____ ____
• Plans and Specification ____ ____
• Design Narrative ____ ____
2. Exhibit C: Prime Contract Flow Down and Important Provisions List ____ ____
3. Exhibit D: General Provision of the Prime Contract ____ ____
4. Exhibit E: Special Provision of the Prime Contract ____ ____
5. Exhibit F: Subcontract Payment and Performance Bonds ____ ____
6. Exhibit G: Sample Certificate of Insurance ____ ____
7. Exhibit H: Partial Lien and Claim Waiver Form ____ ____
8. Exhibit I: Final Lien and Claim Waiver Form ____ ____
9. Exhibit J: Project Safety Program ____ ____
10. Exhibit K: Payment Request Form ____ ____
11. Exhibit L: DFW’s D/M/WBE Policy ____ ____
12. Exhibit M: Prevailing Wage Rate Schedule ____ ____
13. Exhibit N: Builder Risk Deductibles and Limit of Liability ____ ____
14. Exhibit O: Subcontract Bid Bond ____ ____
15. Exhibit P: General Requirements – Air Operations Area (AOA) Procedures ____ ____
16. Exhibit Q: Affidavit and Bill of Sale for Stored Material ____ ____
17. Exhibit R: Texas Sales and Use Tax Exemption Certification ____ ____
18. Exhibit S: Insurance Program Manual ____ ____
Page 3 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
E. Alternates:
Provide pricing for the following alternates. Circle either Add or Deduct as it applies to your scope of work.
Alternate #1: Base Bid contract should be all new lights fixtures. Utilize existing light fixtures as
indicated on the drawings with an “E” subnote.
Add / Deduct $ Alternate #2: Provide T5HO fluorescent lighting in all cove lighting in lieu of LED.
Add / Deduct $
Alternate #3: Provide a one year warranty on the whole terminal for one year after final acceptance of phase 3. Add / Deduct $
F. Voluntary Alternates:
Voluntary alternates are highly encouraged. Voluntary alternates for alternate products, means and methods, details, acceleration capabilities or differing manufacturer recommendations will be considered. Voluntary alternates are to be deductive or additive values to the Bidder’s base bid amount. Any accepted voluntary alternate will be constructed, furnished and installed during the same duration as that noted provided construction schedule. All costs to maintain or expedite the overall schedule shall be included within costs of voluntary alternates.
Voluntary Alternate #1: Add / Deduct $
(Provide description)
Voluntary Alternate #2: Add / Deduct $
(Provide description)
Voluntary Alternate #3: Add / Deduct $
(Provide description)
Voluntary Alternate #4: Add / Deduct $
(Provide description) If additional space is required, please attach a separate sheet of paper.
Page 4 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
G. Required Cost Breakdowns (Part of Volume 2 Submission): All Cost Breakdowns with related Clarification and Assumptions needs to follow the following forms and attachments;
1. Refer to Proposal Form Part 2 for Major Building Function Breakdowns. 2. Refer to Estimate Details templates, Attachment 11C for Mechanical and Plumbing, Attachment 12C for
Electrical, Attachment 13C for Fire Protection, and Attachment 14C for Low Voltage for estimate detail and further comparison requirements.
3. Refer to Clarification and Assumptions template, Attachment 11D for Mechanical and Plumbing, Attachment 12D for Electrical, Attachment 13D for Fire Protection, and Attachment 14D for Low Voltage for Clarification and Assumption format requirements.
4. Refer to Change Order Form requirements, Attachment 11E for Mechanical and Plumbing, Attachment 12E for Electrical, Attachment 13E for Fire Protection, and Attachment 14E for Low Voltage to establish future Change Order format. This form will only be used for new changes after GMP’s and IMP’s get converted into Lump Sum Price.
H. Grand Total Cost:
• Grand Total Cost from Proposal Form Part 2: $ Insurance Cost Breakdown:
• Cost for Off-Site General Liability and Auto : $ Included in Grand Total Price
• General Liability & Workman’s Comp. (if not enrolled in a OCIP or CCIP) : $
• Cost for $10M Excess Auto Liability: $
SIGNATURE:
Signature of Contact:
Date:
NOTE: This bid form must be signed to be considered complete.
END OF BID FORM
DFW Airport
DFW Terminal Renewal and Improvement Program CSP For Fire Protection
Proposal Form Part 2 (Part of Volume 3 Submission)
TOTAL
PHASE 1(GMP) PHASE 2 (IMP) PHASE 3 (IMP)
PHASE 3 AC
CONNECTOR
(IMP)
COST
$0
$0
$0
WET-PIPE SPRINKLER SYSTEM $0
COMMISSIONING $0
$0
TOTAL COST OF WORK $0 $0 $0 $0 $0
GENERAL CONDITIONS (GMP for all Phases from Attachment 9) $0
TOTAL COST $0
ADD FOR PAYMENT AND PERFORMANCE BOND $0 $0 $0 $0 $0
ADD FOR SECURITY BOND (For Phase 2 and 3) $0 $0 $0 $0 $0
PRECONSTRUCTION SERVICES (GMP for all Phases from Attachment 8) $0
GRAND TOTAL COST $0 $0 $0 $0 $0
DFW Airport, Texas
Cost Summary
FIRE PROTECTION BREAKDOWNS BY MAJOR BUILDING FUNCTIONS
2. Fee Included with Cost of Work
C O S T B R E A K D O W N B Y A R E A
DRY-PIPE SPRINKLER SYSTEM (AREA SUBJECT TO FREEZING)
DRY-PIPE PRE-ACTION (DOUBLE INTERLOCKED) SPRINKLER SYSTEM
STANDPIPE AND HOSE SYSTEM
DEMOLITION
Note: 1. Escalation included with Cost of Work
Page 1 of 1 Printed: 1/6/2011 at 2:10 PM
Page 1 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
A. Bid Package:
Number / Description from Bid Package Listing: FIRE PROTECTION
B. Bidder Information:
Company Name: __________________________________________________________________
Address: __________________________________________________________________
City, State and Zip:_________________________________________________________________
Contact Name: Email:
Phone: Fax:
C. Acknowledgement of Addendums:
List any / all amendments: ___________________________________________________________
D. Acknowledgement of Bid Package Attachments and Exhibits:
Have all the following bid package exhibits and attachments been reviewed and acknowledged without exception? Check Yes/No
Attachments YES NO
1. Instruction to Proposers ____ ____
2. Example Existing Conditions (Ramp Level, Concourse Level, Upper Level) ____ ____
3. BIM – Requirements ____ ____
4. Project Schedule ____ ____
5. Site Logistics ____ ____
6. Make ready sketch and maintain service list ____ ____
7. Phasing Drawings ____ ____
8. Schedule of Preconstruction Services and Rates ____ ____
9. Schedule of General Conditions ____ ____
10. Comprehensive Asbestos Inspection (Column Line 1 -15) ____ ____
11. Mechanical and Plumbing ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
12. Electrical ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
Page 2 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
e. Change Order Form ____ ____
13. Fire Protection ____ ____
a. Scope of Work ____ ____
b. Proposal Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
14. Low Voltage ____ ____
a. Scope of Work ____ ____
b. Bid Form ____ ____
c. Estimate Detail ____ ____
d. Estimate Clarification and Assumptions ____ ____
e. Change Order Form ____ ____
15. Temporary Access /Egress Corridor Construction Requirements ____ ____
16. Fire Watch ____ ____
17. D/MWBE Forms ____ ____
18. Construction Labeling and Select Removal of Communication Cabling ____ ____
Exhibits YES NO
1. Exhibit B: List of Subcontract Documents ____ ____
• Plans and Specification ____ ____
• Design Narrative ____ ____
2. Exhibit C: Prime Contract Flow Down and Important Provisions List ____ ____
3. Exhibit D: General Provision of the Prime Contract ____ ____
4. Exhibit E: Special Provision of the Prime Contract ____ ____
5. Exhibit F: Subcontract Payment and Performance Bonds ____ ____
6. Exhibit G: Sample Certificate of Insurance ____ ____
7. Exhibit H: Partial Lien and Claim Waiver Form ____ ____
8. Exhibit I: Final Lien and Claim Waiver Form ____ ____
9. Exhibit J: Project Safety Program ____ ____
10. Exhibit K: Payment Request Form ____ ____
11. Exhibit L: DFW’s D/M/WBE Policy ____ ____
12. Exhibit M: Prevailing Wage Rate Schedule ____ ____
13. Exhibit N: Builder Risk Deductibles and Limit of Liability ____ ____
14. Exhibit O: Subcontract Bid Bond ____ ____
15. Exhibit P: General Requirements – Air Operations Area (AOA) Procedures ____ ____
16. Exhibit Q: Affidavit and Bill of Sale for Stored Material ____ ____
17. Exhibit R: Texas Sales and Use Tax Exemption Certification ____ ____
18. Exhibit S: Insurance Program Manual ____ ____
Page 3 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
E. Alternates:
Provide pricing for the following alternates. Circle either Add or Deduct as it applies to your scope of work.
Alternate #1: Provide a one year warranty on the whole terminal for one year after final acceptance of phase 3.
Add / Deduct $ F. Voluntary Alternates:
Voluntary alternates are highly encouraged. Voluntary alternates for alternate products, means and methods, details, acceleration capabilities or differing manufacturer recommendations will be considered. Voluntary alternates are to be deductive or additive values to the Bidder’s base bid amount. Any accepted voluntary alternate will be constructed, furnished and installed during the same duration as that noted provided construction schedule. All costs to maintain or expedite the overall schedule shall be included within costs of voluntary alternates.
Voluntary Alternate #1: Add / Deduct $
(Provide description)
Voluntary Alternate #2: Add / Deduct $
(Provide description)
Voluntary Alternate #3: Add / Deduct $
(Provide description)
Voluntary Alternate #4: Add / Deduct $
(Provide description) If additional space is required, please attach a separate sheet of paper.
G. Required Cost Breakdowns (Part of Volume 2 Submission): All Cost Breakdowns with related Clarification and Assumptions needs to follow the following forms and attachments;
1. Refer to Proposal Form Part 2 for Major Building Function Breakdowns. 2. Refer to Estimate Details templates, Attachment 11C for Mechanical and Plumbing, Attachment 12C for
Electrical, Attachment 13C for Fire Protection, and Attachment 14C for Low Voltage for estimate detail and further comparison requirements.
3. Refer to Clarification and Assumptions template, Attachment 11D for Mechanical and Plumbing, Attachment 12D for Electrical, Attachment 13D for Fire Protection, and Attachment 14D for Low Voltage for Clarification and Assumption format requirements.
Page 4 of 4 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
4. Refer to Change Order Form requirements, Attachment 11E for Mechanical and Plumbing, Attachment 12E for Electrical, Attachment 13E for Fire Protection, and Attachment 14E for Low Voltage to establish future Change Order format. This form will only be used for new changes after GMP’s and IMP’s get converted into Lump Sum Price.
H. Grand Total Cost:
• Grand Total Cost from Proposal Form Part 2: $ Insurance Cost Breakdown:
• Cost for Off-Site General Liability and Auto : $ Included in Grand Total Price
• General Liability & Workman’s Comp. (if not enrolled in a OCIP or CCIP) : $
• Cost for $10M Excess Auto Liability: $
SIGNATURE:
Signature of Contact:
Date:
NOTE: This bid form must be signed to be considered complete.
END OF BID FORM
Page 1 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
A. Bid Package:
Number / Description from Bid Package Listing: LOW VOLTAGE
B. Bidder Information:
Company Name: __________________________________________________________________
Address: __________________________________________________________________
City, State and Zip: __________________________________________________________________
Contact Name: Email:
Phone: Fax:
C. Acknowledgement of Addendums:
List any / all amendments: ____________________________________________________________________
D. Acknowledgement of Bid Package Attachments and Exhibits:
Have all the following bid package exhibits and attachments been reviewed and acknowledged without exception? Check Yes/No
Attachments YES NO 1. Instruction to Proposers ____ ____ 2. Example Existing Conditions (Ramp Level, Concourse Level, Upper Level) ____ ____ 3. BIM – Requirements ____ ____ 4. Project Schedule ____ ____ 5. Site Logistics ____ ____ 6. Make ready sketch and maintain service list ____ ____ 7. Phasing Drawings ____ ____ 8. Schedule of Preconstruction Services and Rates ____ ____ 9. Schedule of General Conditions ____ ____ 10. Comprehensive Asbestos Inspection (Column Line 1 -15) ____ ____ 11. Mechanical and Plumbing ____ ____
a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
12. Electrical ____ ____ a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____
Page 2 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
e. Change Order Form ____ ____ 13. Fire Protection ____ ____
a. Scope of Work ____ ____ b. Proposal Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
14. Low Voltage ____ ____ a. Scope of Work ____ ____ b. Bid Form ____ ____ c. Estimate Detail ____ ____ d. Estimate Clarification and Assumptions ____ ____ e. Change Order Form ____ ____
15. Temporary Access/Egress Corridor Construction Requirements 16. Fire Watch 17. D.MWBE Forms 18. Construction Labeling and Select Removal of Communication Cabling Exhibits YES NO
1. Exhibit B: List of Subcontract Documents ____ ____ • Plans and Specification ____ ____ • Design Narrative ____ ____
2. Exhibit C: Prime Contract Flow Down and Important Provisions List ____ ____ 3. Exhibit D: General Provision of the Prime Contract ____ ____ 4. Exhibit E: Special Provision of the Prime Contract ____ ____ 5. Exhibit F: Subcontract Payment and Performance Bonds ____ ____ 6. Exhibit G: Sample Certificate of Insurance ____ ____ 7. Exhibit H: Partial Lien and Claim Waiver Form ____ ____ 8. Exhibit I: Final Lien and Claim Waiver Form ____ ____ 9. Exhibit J: Project Safety Program ____ ____ 10. Exhibit K: Payment Request Form ____ ____ 11. Exhibit L: DFW’s D/M/WBE Policy ____ ____ 12. Exhibit M: Prevailing Wage Rate Schedule ____ ____ 13. Exhibit N: Builder Risk Deductibles and Limit of Liability ____ ____ 14. Exhibit O: Subcontract Bid Bond ____ ____ 15. Exhibit P: General Requirements – Air Operations Area (AOA) Procedures ____ ____ 16. Exhibit Q: Affidavit and Bill of Sale for Stored Material ____ ____ 17. Exhibit R: Texas Sales and Use Tax Exemption Certification ____ ____ 18. Exhibit S: Insurance Program Manual ____ ____
Page 3 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
E. Unit Prices:
Provide pricing for the following unit prices. Unit Prices are good throughout the duration of the project and include all burdens, overhead markups, and profit
COST UNIT
a. Typical AA 1 cable - CAT6 voice only wall phone outlet location ______ ______
b. Typical DFW 1 cable - CAT6 voice only wall phone outlet location ______ ______
c. Typical AA 3 cable - CAT6 outlet location ______ ______
d. Typical DFW 4 cable - CAT6 outlet location ______ ______
e. Typical AA CAT6 48 port patch panel ______ ______
f. Typical DFW CAT6 48 port patch panel ______ ______
g. Typical AA WAP location ______ ______
h. Typical DFW WAP location ______ ______
i. Typical TR Telecommunications Grounding Busbar (TGB) ______ ______
j. Typical Horizontal Pathway Wire Mesh Cable Tray ______ ______
k. Typical Ladder Tray (Cablofil PW) ______ ______
l. Typical Non-Continuous Cable Supports (J-Hooks) ______ ______
m. Typical Fire-Rated Pathway Device (STI, Hilti) ______ ______
n. Typical Free-Standing Equipment Rack (19") ______ ______
o. Typical Horizontal Wire Manager ______ ______
p. Typical Vertical Wire Manager ______ ______
q. Typical CPI F-Series TeraFrame Cabinet ______ ______
r. Typical CAT6 CMP cable per LF ______ ______
s. Typical CAT6 CMR cable per LF ______ ______
Page 4 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
t. Typical CAT6 48 port patch panel ______ ______
u. Typical CAT6 jack ______ ______
v. Typical CAT6 faceplate ______ ______
w. Typical CAT6 patch cords - 5', 7' & 10' ______ ______
x. Typical AA singlemode 24 & 48 strand fiber optic cable (9/125) per LF ______ ______
y. Typical AA mulitmode 24 & 48 strand fiber optic cable (50/125) per LF ______ ______
z. Typical AA LC fiber optic connector ______ ______
aa. Typical AA Fiber adapter panel (12 duplex LC) ______ ______
bb. Typical AA Fiber Optic Enclosure (2ru, 3ru, 4ru) ______ ______
cc. Typical AA LC-LC fiber jumpers, duplex, 1m, 2m, 3m ______ ______
dd. Typical DFW air-blown singlemode fiber optic cable ______ ______
ee. Typical DFW LC pigtail connectors ______ ______
ff. Typical DFW Fiber optic Splice Module (fusion spliced) ______ ______
gg. Typical AA copper multpair CMP CAT3 backbone cable (150 pair) ______ ______
hh. Typical AA copper multpair CMR CAT3 backbone cable (150 pair) ______ ______
ii. Typical rack mounted 200 pair - 110 blocks in patch panel frame ______ ______
jj. Typical 110 - RJ45 1 pair copper patch cords 5' & 7' ______ ______
kk. Typical AA WAP install & cable ______ ______
ll. Typical DFW WAP install & cable ______ ______
mm. Typical BIDS location (install & cable) ______ ______
nn. Typical CIDS location (install & cable) ______ ______
oo. Typical FIDS location (install & cable) ______ ______
pp. Typical GIDS location (install & cable) ______ ______
Page 5 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
qq. Typical RIDS location (install & cable) ______ ______
rr. Typical AVDGS location (install & cable) ______ ______
ss. Typical AVDGS-Final Bag location (install & cable) ______ ______
tt. Typical AA 1 cable - CAT6 voice only wall phone outlet location ______ ______
F. Alternates:
Provide pricing for the following alternates. Circle either Add or Deduct as it applies to your scope of work.
Alternate #1: Provide a one year warranty on the whole terminal for one year after final acceptance of phase 3.
Add / Deduct $
G. Voluntary Alternates:
Voluntary alternates are highly encouraged. Voluntary alternates for alternate products, means and methods, details, acceleration capabilities or differing manufacturer recommendations will be considered. Voluntary alternates are to be deductive or additive values to the Bidder’s base bid amount. Any accepted voluntary alternate will be constructed, furnished and installed during the same duration as that noted provided construction schedule. All costs to maintain or expedite the overall schedule shall be included within costs of voluntary alternates.
Voluntary Alternate #1: Add / Deduct $
(Provide description)
Voluntary Alternate #2: Add / Deduct $
(Provide description)
Voluntary Alternate #3: Add / Deduct $
(Provide description)
Voluntary Alternate #4: Add / Deduct $
(Provide description) If additional space is required, please attach a separate sheet of paper.
Page 6 of 6 Addendum #04
Proposal Form – Part 1 (Part of Volume 2 Submission)
DFW TRIP - Competitive Sealed Proposal
January 18, 2011
H. Required Cost Breakdowns (Part of Volume 2 Submission): All Cost Breakdowns with related Clarification and Assumptions needs to follow the following forms and attachments;
1. Refer to Proposal Form Part 2 for Major Building Function Breakdowns. 2. Refer to Estimate Details templates, Attachment 11C for Mechanical and Plumbing, Attachment 12C for
Electrical, Attachment 13C for Fire Protection, and Attachment 14C for Low Voltage for estimate detail and further comparison requirements.
3. Refer to Clarification and Assumptions template, Attachment 11D for Mechanical and Plumbing, Attachment 12D for Electrical, Attachment 13D for Fire Protection, and Attachment 14D for Low Voltage for Clarification and Assumption format requirements.
4. Refer to Change Order Form requirements, Attachment 11E for Mechanical and Plumbing, Attachment 12E for Electrical, Attachment 13E for Fire Protection, and Attachment 14E for Low Voltage to establish future Change Order format. This form will only be used for new changes after GMP’s and IMP’s get converted into Lump Sum Price.
I. Grand Total Cost:
• Grand Total Cost from Proposal Form Part 2: $
Insurance Cost Breakdown:
• Cost for Off-Site General Liability and Auto : $ Included in Grand Total Price
• General Liability & Workman’s Comp. (if not enrolled in a OCIP or CCIP) : $
• Cost for $10M Excess Auto Liability: $
SIGNATURE:
Signature of Contact:
Date:
NOTE: This bid form must be signed to be considered complete.
END OF BID FORM