addendum no. 04 - ms dallas€¦ · january 6, 2011 addendum no. 04 this addendum, ... the...

122
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 (1 st 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.

Upload: others

Post on 03-Feb-2020

6 views

Category:

Documents


0 download

TRANSCRIPT

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