CHATHAM AREA TRANSIT AUTHORITY IFB , ADDENDUM NO.2

Similar documents
RE: Clark East Tower Renovations DATE: November 16, 2015 Ypsilanti, Michigan

CCDC EXPANSION PROJECT

Air Handler Unit (AHU) Equipment Purchase and Delivery Invitation to Bid

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

Springpoint Architects, pc SECTION Childcare Center Architect s Project No TABLE OF CONTENTS Monroe County Comm. Sch. Corp.

Addendum # 2 Wicomico County Circuit Court Second Floor Renovations Date of Addendum: 2/6/2017

AMENDMENT NO.: III INVITATION FOR BID NO.: GPA FOR

Arlington Public Schools Purchasing Office

ADDENDUM NO. 1. for. MARQUETTE HOUSING COMMISSION Pine Ridge Apartments Fire Alarm Replacement Project #A1140. Marquette, Michigan.

ADDENDUM NO. 3 March 19, 2018

Pre-Bid Meeting Minutes 2018 A & E RFP February 6, :00 a.m.

Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

Memphis Housing Authority High Rise Fire Alarm Upgrades. Questions from Contractors (Through Addendum #2) Communications Systems, Inc.

Toronto Community Housing Corporation and Tridel Inc. Request for Proposals. For

REQUEST FOR PROPOSALS CLEANING SERVICES

NOTICE TO ALL FIRMS. Bid RFI Questions and Answers

Mr. Burke presented the Airport and Boeing s badging process and public safety issues as outlined in the attached meeting agenda.

Electronic Safety and Security

CHARLES COUNTY GOVERNMENT RFP NO POPES CREEK RAIL TRAIL DESIGN

9 E. Scarborough Park Concession Stand and Restroom And / Or Lake Kirby Park Softball Fields Restroom Addition

Request for Proposals Design Services for Kitchen Remodel and Second Floor Layout

RFP REQUEST FOR PROPOSALS CITY OF PORTSMOUTH, NH. DESIGN ENGINEERING SERVICES North Mill Pond Trail and Greenway

Princeton Joint Unified School District Invitation for Bid Installation of District-Wide Lighting Occupancy Sensors

DOCUMENT ADVERTISEMENT FOR BIDS

GREENVILLE-SPARTANBURG AIRPORT DISTRICT REQUEST FOR PROPOSALS FOR DEVELOPMENT SERVICES FOR GSP AIR CARGO FACILITY PHASE 1

HMC ARCHITECTS 2495 Natomas Park Drive, Studio 100 Sacramento, California ADDENDUM NO. 3

RFP-FQ18063/KKB-Replace Three Roofs, DC, MD AND VA GREETINGS

1. Floor above/floor below notification. 2. Private alarm notification. 3. Not Used 4. Voice alarm notification. 5. Not Used.

CITY OF FARMINGTON 800 Municipal Drive Farmington, NM (505) Fax (505)

NOTICE TO CONTRACTORS

ADDENDUM NO. 1. PREPARED BY: Justin Scott DATE PREPARED: 05/25/2018. PROJECT: Centerville-Washington Park District Park Operations Facility

Additions & Alterations to Ascension Parish Library Galvez Prairieville, Louisiana Project No. 1401

ADDENDUM No: 3 JOSEPHINE COUNTY BUILDING OPERATIONS DEPARTMENT. February 29, NO CHANGE: March 8, 2012 / NOT LATER THAN 2:00 PM

FIXED PRICE BID (Open Response Date(s)) TERM CONTRACT EMERGENCY RESTORATION SERVICES Posting Date: April 18, 2017 :

Annual Fire Systems and Backflow Preventers Testing

SECTION (13900) - FIRE SUPPRESSION SYSTEMS

University of Illinois Business Instructional Facility LEED Gold Design. University of Illinois Business Instructional Facility

TIME: ~ : L.\9 ClAM.laPM BY: /t-_a. BEFORE THE OFFICE OF PUBLIC ACCOUNTABILITY. has yet to seriously evaluate the original procurement concerns

SANTA FE COUNTY IFB# PW/KE CONSTRUCTION FOR THE SANTA FE MOUNTAIN CENTER KITCHENETTE AND OFFICE SPACE ADDENDUM #2

ADDENDUM NO. 1 COPPER COMMUNICATIONS CABLE AND VOICE AND DATA EQUIPMENT MONITORING, TESTING, AND REPAIR DEPARTMENT OF WATER RESOURCES

Brighton Area Fire Authority

Replacement of Fire Pump and Generator Upgrade, H Building, Sexton Campus

This addendum responds to initial questions submitted by vendors. A1. Batteries are to be invoiced separately under the cost plus.

Fire District Dwelling Construction Requirements

REQUEST FOR PROPOSALS FOR FIRE AND SECURITY ALARM INSTALLATION, MONITORING, MAINTENANCE, REPAIR, INSPECTION, AND TESTING PROJECT NO.

Subject: Addendum #3 IFB No CNG Gas Detection Repair and Maintenance

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

Introduction Consultant shall incorporate the material in the DSS into the project specifications.

BID INFORMATION LIST Crossroads East N. Scottsdale Road, #105 Scottsdale, AZ Rev

A. Project Description

THIS ADDENDUM MUST BE ACKNOWLEDGED.

Cherokee Nation

SECTION FIRE DETECTION AND ALARM

DESIGN SCENE SUBJECT INDEX

D. The work addressed in this section consists of a fire protection system, which may include coordination with one or more of the following:

FIRE SUPPRESSION SPRINKLER SYSTEM

I. INTRODUCTION Codes, Rules, Laws, & Requirements

ADDENDUM #3. Chauncey Wilmore Senior Procurement Officer March 22, 2016 ALL PROSPECTIVE FIRMS

ADDENDUM NO. 1 BID-CONTRACT DOCUMENTS FOR. RFP No Professional Design Services for CCC Le-Jao Student Resource Center

NASSAU COMMUNITY COLLEGE. Garden City, New York Capital Committee Meeting January 12, :00 PM

M E M O R A N D U M. NFPA 5000 A2011 ROP Letter Ballot

September 25, Re: Solicitation # Interpretive Exhibit Fabrication and Installation for the Pinelands Visitor Center.

ADDENDUM/AMENDMENT NUMBER 5 (October 7, 2016) Fire/Security Alarm-Intercom/Clock/Bells-Audio/Video Systems

cbever LY) \HILLS/ AGENDA REPORT

Brunswick-Glynn County Joint Water & Sewer Commission

CHARLES COUNTY GOVERNMENT RFP NO PORT TOBACCO COURTHOUSE GREEN PRELIMINARY DESIGN

DESIGN & CONSTRUCTION GUIDELINES

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

Invitation to Bid WATER HEATER HHS & WHH

Minimum Standards for Engineers Practicing Fire Protection Engineering in the State of Oklahoma September 14, 2016

FIRE SAFETY PLAN FOR CONSTRUCTION, RENOVATION AND DEMOLITION SITES

RENO-TAHOE INTERNATIONAL AIRPORT RENO-TAHOE AIRPORT AUTHORITY PURCHASING AND MATERIALS MANAGEMENT

Notice Basic Information Estimated Contract Value (USD) $100, (Not shown to suppliers) Reference Number Issuing Organization

ADDENDUM # 2 TO RFP #

PROJECT NO. CWA SEPTEMBER 24, 2014 ADDENDUM NO. 6 BESSEMER RECREATION & WELLNESS CENTER

ADDENDUM #1: MODIFICATIONS AND ADDITIONS TO CONTRACT DOCUMENTS

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

STOREFRONT DESIGN CRITERIA MANUAL

Design & Construction Standards, Revised January

Pinky Lewis Recreation Centre Interior Renovations in the City of Hamilton

Attachment 5 -- PowerPoint. Item 6C- Attach 5- PPT Presentation Page 1 of 15

IBC Committee Responsibility Matrix January 2017

A D D E N D U M N O. 1 To The Contract Documents Date: Project: Facilities Development & Planning Portable Building Relocation

Agustin Lara Elementary Academy

Fire Smoke Damper Actuator Replacements SECTION COMMISSIONING OF HVAC

ADDENDUM No. 3 BID NO TRANSMISSION WAREHOUSE OFFICE REMODEL

UAA School of Engineering Parking Garage Master Plan Amendment. 1. Purpose

UNIFIED FACILITIES GUIDE SPECIFICATIONS

Construction Contract A47CN01: Wollaston Station Improvements and Quincy Center Garage Demolition. June 2017

City of La Palma Agenda Item No. 5

Date of Start and downloading the tender 12 sep 2018

B. After installation, the Owner shall be able to perform hardware configuration changes as desired without the services of the Integrator.

C. The system shall be capable of turning luminaires on/off (where supported by the luminaire) as well as full range dimming.

DONALD H. BERG, ARCHITECT

REQUEST FOR QUALIFICATIONS

KASPER. City of Georgetown, Texas PUD Planned Unit Development. December 30, 2015 Revised January 27, 2016

CITY OF MILTON INVITATION TO BID (THIS IS NOT AN ORDER)

COUNTY OF ROCKLAND Department of General Services Purchasing Division

Transcription:

CHATHAM AREA TRANSIT AUTHORITY IFB 2012-04, ADDENDUM NO.2 DATE: January 24, 2012 ORIGINAL IFB NUMBER: 2012-04 PROJECT: REHABILITATION AND CONSTRUCTION OF THE CHATHAM AREA TRANSIT AUTHORITY OPERATIONS AND MAINTENANCE FACILITY This Addendum forms a part of the Invitation for Bids 2012-04. Revisions and Additions 1. Additional language added to Part I., Section 1.1, Instruction to Bidders Scope, to require apparent lowest responsive, responsible bidder to be present for negotiation discussions: The lowest responsive, responsible bidder is required to attend negotiation discussions beginning on Thursday, February 2, 2012 at 9:30 a.m. Responses to Request for Information from Bidders Bidder Request for Information and Responses are included in attached schedule. END OF ADDENDUM NO. 2 CAT IFB 2012-04 ADDENDUM NO. 2 PAGE 1 OF 1

Chatham Area Transit O&M Facility Renovation Responses to Bidder Questions No. Bidder Question Question Author Design Team Response 1 Regarding bids 2012 3 and 2012 4, is part of these bids for the vehicle wash bays/systems? Kathy Heron/Industrial Solutions of the Carolinas No, vehicle wash bay equipment/systems are not part of either Bid. This equipment will be part of a forthcoming O&M Equipment and FF&E RFP 2 PDQ Enterprises is interested on bidding the helical pier portion of the transit and operations facility renovation project. We are certified to install the A B Chance piers. Can you tell me where to find the geotech info? Thanks in advance for your time. 3 Who is responsible to costs associated with building commissioning? The Owner or GC. 4 Is the GC responsible for purchasing and installing the 15,000 Gallon Fuel Vault shown on the civil drawings. If so, please provide specs on this system. It is unclear in the bid documents on who is responsible for this system. Chuck Sensabaugh/PDQ The Geotechnical Report Document was provided with the Bid Documents. Clayton Digital Reprographics advises the bidder inquiring to check in the Support Documents folder for this project on their website. The.pdf file name is CAT O&M Facility Renovation Geotech Report Owner is responsible for costs for services of a Building Commissioning Agent. This equipment will be part of a forthcoming O&M Equipment and FF&E RFP 5 Are cast iron downspout boots required where the downspouts tie into the storm drain system? 6 Who is responsible for costs associated with the water meters? 7 Are there any tap fees / impact fees that the GC is responsible for? 8 Are the recycling containers show on C 1 in our scope? 9 Does the marker board surface in room 111 supposed to be integral with the demountable partition scope of work, and supplied by that sub? Also, please confirm that this partition is part of the demountable partition scope of work, or is it a separate operable partition? 10 Is the cement board shown installed over the existing EIFS required at the thin brick? 11 Are the book shelves in room 212 to be part of the millwork package, or demountable partitions? No. High Density Polyethylene boots are acceptable. The G.C. is responsible for the water meter. Tap fees and impact fees will be the responsibility of the Owner. This equipment will be part of a forthcoming O&M Equipment and FF&E RFP Yes, marker board surface is to be integral with the demountable partition and is part of the demountable subcontractor's scope of work. G.C. may submit a brick veneer system without the use of a sheathing if it can be securely anchored over existing EIFS without puncturing/affecting integrity of existing EIFS system. The design team will review/consider for this project as part of the normal shop drawing review process. These bookshelves will be part of a forthcoming O&M Equipment and FF&E RFP 1 of 5

12 Is the oval shaped partition in the public lobby supposed to be a metal stud / drywall partition? 13 Is an abrasive stair nosing required at the new metal pan stairs. Not clear on drawings. 14 Is a new finish coat to be applied to the existing EIFS system that will remain exposed, or we to leave alone? 15 What type of waterproofing membrane is required beneath the new EIFS and thin brick? 16 Per the finish schedule, is it the intent to have 1 sided glazed CMU within the noted rooms? For oval shaped partition in between Receptionist HR/Fin. Admin. Asst 103 and Vestible 101, bidders should price a non fire rated glass block assembly with basis of design Pittsburgh Corning 8x8 glass black units; contact :Ron Clelland of Eastern Glass Block for additional information: 800.635.1226, egbman@aol.com Yes, for safety. Bidders are to assume existing EIFS to remain is to be left alone with no new finish coat. There is no new EIFS required for this project. New two story addition has a stucco exterior finish system. G.C. may submit a brick veneer system without the use of a sheathing if it can be securely anchored over the new stucco system without puncturing/affecting integrity of the new addition. The design team will review/consider for this project as part of the normal shop drawing review process. No. Please refer to General Project Note No. 8 on Sheet G 102 which supersedes the glazed cmu call out. As indicated by the note, this design revision was part of a value engineering directive. 17 Please confirm that there is no thin brick being applied to the existing fence. The 3D views still show this. 18 Per note #8 / S 126, sprayed on fireproofing is to be applied. Please confirm that this is required as it is not shown on the architectural. 19 Is the GC responsible for purchasing and installing the maintenance liquid storage tanks? 20 Please confirm that no new generator is required. 21 The previous bid had an allowance of $50,000 for signage. Are we to include on this bid as well? 22 Is the builders risk policy to be purchased by the Owner or GC? There is no thin brick to be applied to the exsting fence. This revision from prior bid package was part of a value engineering directive. Bidders are to disregard Note No. 8 on Sheet S 126. Fireproofing is not required for structural steel as indicated on Sheet A 011 Summary of Code Requirements. This equipment will be part of a forthcoming O&M Equipment and FF&E RFP Correct. The existing emergency generator is to continue service for this project. Yes. Please refer to General Note No. 3 on Sheet G 102. G.C. is responsible for purchasing builders risk policy. 2 of 5

23 The specifications for this project calls for polished dyed concrete in Section 098713 as well as Section 030510. The dye spec d in each Section is different. Section 09 indicates Ameripolish and in Section 03 its Scofield. In Section 030510 it does appear to allude to SCON on the finish schedule, but its not definitive. The Finish Schedule and the legend does not have any reference to Polished/Dyed Concrete. Need to get clarification on which product and if the floor is to be dyed or not. Please refer to General Note No. 7 on Sheet G 102 clarifying concrete floors, where exposed, are to be sealed only. As indicated by the note, this design revision was part of value engineering directive. 24 The finish schedule calls for Epoxy Paint for the Floor. Unfortunately, the Specifications does not have anything called out for Epoxy Floors. Section 099500, Interior Epoxy Coatings relate only to the Gypsum Board. Section 099600 High Performance Coatings is primarily focused on the Ferrous and Galvanized Metal. On page 4, it references Precast Tees which I have no idea about but nothing for the concrete floors. Regarding those tees, can you tell me where I can find the details for them? 25 Is there any interior signs required, such as ADA for restroom, Gregory Futch / Paul S Akins room signs etc. 26 It was unclear in the last set of spec and unclear to me now, Gregory Futch / Paul S Akins who pays the cost for the listed in spec section 013300 submittal procedures, paragraph 2.11.2 27 Please find attached the Haworth Enclose brochure. Haworth Kristina Vanderbrink / Enclose moveable walls are an industry wide accepted Modern Business competitor to DIRTT walls. We respectfully request to be added to the list as an approved product substitution to DIRTT as we were in the first round of the bid process. Please refer to General Note No. 7 on Sheet G 102. Disregard reference to tees which are not part of this project. Yes. Please refer to Sheet G 102, General Project Note #3 regarding signage allowance for bidding Submittal Procedure costs are the responsibility of the G.C. The proposed Haworth Enclose system does not meet the specifications and therefore is not approved as a substitute. 28 Spec section 012100 Allowances, paragraph 1.5 reads as if there is a testing and inspection allowance but there is no dollar amount listed. 29 Spec section 012300 Alternates, paragraph 1.4D states there is a schedule of alternates included at the end of this section, there is not a schedule included. Gregory Futch / Paul S Akins Gregory Futch / Paul S Akins The $100,000 allowance is identified in the Instructions to Bidders document, Paragraph 1.3, Program Management and Quality Assurance. There are no alternates for the O&M Renovation Project. 3 of 5

30 Are the CCTV, Intrusion Detection, and Access Control systems part of the scope of this bid? The electrical legend, as well as the notes on the drawings reference coordination with the owner s vendor ; yet Access Control and Intrusion Detection systems are included with the specifications. The CCTV system is part of a forthcoming ITS Technology RFP. The Access and Intrusion Control are part of this O&M Renovation project as included in the specifications. For clarification, the G.C. is required to coordinate installation of the access and intrusion control systems during construction with the Owner's assigned quality control representative. 31 If the access control is part of this bid package, please consider accepting the Schlage SMS system for this project. I am attaching data sheets as well as an engineering specification for your review. 32 Lastly, we need clarification. Div 3 indicates the specs for the sealed concrete floor, but has application instructions for polished concrete not sealed. Are they in the wrong place? Or, are they wanting polished concrete without Dye/Stain sealed. 33 Also, they call out in DIV 9 for Ameripolish DYE but reference Stain. Is it dye or stain? It needs to be one or the other unless they want both which still would require clarification and specs clearly separated out 34 1) The General Submittal Requirements call for the Fire Alarm shop drawings to be prepared by a NICET Level IV fire alarm technician. System Note 4.n calls for the shop drawings to be signed and sealed by a professional engineer with a state license. Meeting both of these requirements will result in a duplication of effort at a significant additional cost. Will you allow shop drawings prepared by the manufacturer's Fire Safety Group and signed by a NICET Level IV fire alarm technician to suffice? Andrew Verenakis / Choate Andrew Verenakis / Choate Access control systems proposed by Bidders that closely meet the specifications as listed in the Solicitation will be considered. The proximity cards/smartcard specifications need to be adhered to fully. Please refer to General Note No. 7 on Sheet G 102 clarifying concrete floors, where exposed, are to be sealed only. As indicated by the note, this design revision was part of value engineering directive. Please refer to General Note No. 7 on Sheet G 102 clarifying concrete floors, where exposed, are to be sealed only. As indicated by the note, this design revision was part of value engineering directive. Basis of Design: Ashford Formula by Curecrete, www.ashfordforumula.com No. Both requirements must be met for this project. 35 Section 283111 1.3 calls for the interfacing / integration of the existing fire alarm control panel with the new fire alarm system. Is it still your intention that "there will not be an existing fire alarm control panel to coordinate with. We are providing a new fire alarm system overall."? Provide a complete, new Fire Alarm system. Tying into an existing system is not required, as none will exist after demolition phase. 4 of 5

36 Section 283111 2.3 C.1 d. Calls for no more than 50 addressable devices on each SLC. On page E 502 under Fire Alarm System General Notes, Note 7 says to provide two spare signal circuits minimum. The Gamewell FCI panels support up to 98 addressable sensors as well as up to 99 monitor modules and/or control points per SLC. As a cost saving measure, will you allow more than 50 devices per SLC and waive the requirement for two spare (empty) circuits provided we allow for 100 additional address points? Provide a Fire Alarm system as designed and specified. If the Owner wishes to entertain cost savings recommendations for the Fire Alarm system, obtain written authorization and directon from the Owner for the design team to review and respond. 37 Spec Section 017419 Construction Waste Management & Disposal, paragraph 3.7 list several attachments. I have not found them in bid documents, please provide them. Gregory Futch / Paul S Akins 38 We are very interested in bidding the two CAT projects but would like to know how stringent the requirement for completion of 2 LEED projects will be applied. We recently completed Effingham Career Academy, which received LEED Certified Gold status last year. However, that is our only LEED project. We also do not have a LEED AP currently on staff. Will this effectively disqualify our bid? Eddie Potts, Lavender & Associates Bidders are to disregard Paragraph 3.7 of Spec Section 017419. These were intended to be sample forms. The G.C. may submit constructiond waste i.d., demolition waste i.d. and work plans on their own forms. If you were to contract with a LEED AP and that contractor had a minimum experience of two LEED projects, you would qualify. Thank you for your interest. 5 of 5