ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

Size: px
Start display at page:

Download "ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018"

Transcription

1 ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # NOTICE TO PROSPECTIVE BIDDERS February 1, 2018 Prospective bidders are hereby informed of the following corrections, additions, deletions, and/or modifications to the bidding documents for the Renovations to Lincoln Animal Shelter - RFP This Addendum No. 1 forms a part of the bidding documents and all changes shall be incorporated into the Bid Proposals. Bidders shall acknowledge receipt of the addendum on the line provided on the revised Bid Form included in the this Addendum. Bidders who fail to acknowledge receipt of this Addendum No. 1 on the revised Bid Form will not be considered for award. Please note that the bid due date has not changed. Part 1 Responses to Questions The following questions were received in writing, or verbally during the pre-bid meeting, from prospective bidders by 5:00pm on January 30, The questions are italicized and the answers follow. QUESTIONS 1. RE: Bidding Documents Article 3 - Contract Times 3.03 Liquidated Damages A. 1. This paragraph refers to section 4.02.A there is no 4.02.A, I assume they are referring to 3.02 A. Correct. 2. Who will remove the existing furniture and materials from the animal shelter? The Town will remove the furniture and materials. 3. Are the drawing fees by the architect going to apply for this project as referenced on drawing A0.1 item #29. These fees are not within reason for a project of this size it is an add cost that GC should not have to carry and the Town should not have to bear. These fees will be waived. Page 1 of 8

2 4. Can the owner supply the rules and regulations per drawing A0.1 note # 34. Bidders shall disregard this note. There are no Owner specific Rules and Regs as this note implies. 5. Who was the lead architect? James Hughes at Vision 3 Architects. 6. The 45-day milestone does not seem like enough time considering the slab has to cure a certain amount of time before the epoxy can be applied. Can this time be extended? The length of the milestone is hereby increased to 60 days. 7. Are partitions required during construction to protect animals and workers? No. The animals will be relocated during the portion of work requiring animal vacancy. The project includes a milestone for the work within the kennel room, and other work requiring the relocation of animals, of 60 days. Note this is an increase in what was included in RFP. 8. When will the milestone begin and when will the animals be relocated? Only once the successful bidder has acquired all required material and is ready to begin construction in the kennel area will the milestone start. The commencement date of the milestone will be an agreed upon date between the Town and the successful bidder. The animals will be relocated before the milestone commencement date. 9. When was the existing building built? The kennel and office area were built in the late 1970s. The cat room, laundry room, and isolation room were built in the early 1980s. 10. Are there any hazardous materials? The Town is not aware of any hazardous materials within the limits of work. 11. Is a lead safe contractor required? The successful bidder must follow all applicable codes, rules, and regulations regarding lead safety. 12. What is required by the Town to secure the site? The successful bidder shall be responsible for the security of the site. At a minimum, the Town expects the doors of the Animal Shelter and the exterior gate to be locked at the end of each working day. Page 2 of 8

3 13. Are Town permit fees required or waived? The Town permit fees will be waived; however the State fee is still required. 14. Is the existing building steel or wood framed? Wood. 15. How much room is above the drop ceiling? At the peak, 7 feet is available. 16. What type of roof is on the kennel? Is it under warranty? If so please provide warranty information. Architectural shingles. The roof is over 10 years old and the Town is not aware if there is an active warranty. 17. Are the existing appliances (fridge, stove, dryer) being replaced? No. Existing appliances shall remain. 18. There is a washing station in the isolation room that is not depicted on the plans. Is that being replaced or shall it remain? It shall remain. 19. Since we are unable to get a fee proposal from National Grid for the project before hand can an allowance be given for the utility updates or will all N. Grid fees be paid by the Town? The Town shall pay the National Grid fee directly. Bidders shall exclude this fee. 20. Has anyone reached out to NGRID? Obtaining the new transformer from them could take longer than the 120-day contract period. No. The Town expects the successful bidder to reach out to NGRID as soon as possible to start this process. As long as the successful bidder has aggressively attempted to schedule with NGRID, the successful bidder will not be penalized due to delays caused solely by NGRID. 21. Is a fire plan review required by the fire department and if so will the fee be waived? Yes a review is required. The fee shall be waived. Page 3 of 8

4 22. Is fire protection required? Are sprinklers required? Yes, fire protection is required. The design of the fire protection system shall comply with all applicable codes. Sprinklers are not required. 23. What is the fire district? Lime Rock. 24. Is a new firebox required for the addressable fire alarm? Yes 25. Are the cages for the cats being replaced? No. 26. Do the improvements include new insulation? Yes, in the ceiling and the new concrete floor. 27. How thick is the existing concrete floor? The existing concrete floor should be 4 thick with welded wire mesh. The thickness increases to encompass the around the existing trough drains. A cross section of the concrete around the trough is provided below. 28. What are the limits of the slab demolition? Refer to the demolition plan, Sheet A0.3 Page 4 of 8

5 29. How will you transition between concrete and other flooring? Refer to Sheet A What is called for the kennel systems and who installs them? The kennel systems are identified on Sheet A1.1 and further detailed on Sheet A8.1. Installation of these are the responsibility of the successful bidder and it must in accordance with manufacturer s requirements. 31. Is contact info the kennel systems provided in bid specs? Yes. The manufacturer s name is Mason Company. 32. Item 3.2.d in the Base Bid Narrative states the Contractor is responsible for concrete slab to accept the radiant heat system provided by the HVAC Contractor. Please provide the radiant heat manufacturer specification and requirements for the slab. Requirements requested may include: type, thickness & R-Value of the insulation, type and thickness of the vapor barrier, sand/stone bedding requirements, slab thickness, concrete mix design, slab reinforcing requirements, radiant heat system anchoring requirements. Bidders are referred to details on Sheet A1.1 for basic concrete slab details. Not depicted on these details but are additional requirements for the radiant heating include, but are not limited to, the following: Installing 2 thick rigid foam between the 10 MIL vapor barrier and the welded wire mesh for insulation. Coordinating with the Town s HVAC Contractor for tubing installation. The Town s HVAC contractor shall install the tubing and secure it in place. Pouring 4 of concrete over the secured tubing in accordance with the details on sheet A1.1 and such that there is a minimum of 2 of concrete above the tubing. 28-day concrete strength shall be 3500 psi (min.) 33. Can you explain Alternate #2? All existing concrete floors shall be tested for moisture content to see if it conforms to the flooring material(s) requirements. If the moisture content does not meet the requirements of the flooring material(s), moisture mitigation is required. The base bid shall assume that the moisture mitigation is required on all existing concrete floors to remain. Should the tests reveal that it is not required, the deduct alternate shall be applied as a credit to the Town. If moisture mitigation is only required for a portion of the floor, the credit shall be prorated based on the percentage of moisture mitigation required. Three approved moisture mitigation products include Ardex MC Moisture Control System, Koester VAP System, and Drytek MVB. Page 5 of 8

6 34. Are specifications for the new mill work provided? Colors, type, etc.? Yes, refer to Sheet A8.1 for details. 35. Is there any door work proposed? Yes. Refer to the door schedule on Sheet A7.1. Note that the door slab opening for Door 101A is 44 rather than what is listed on the plans. Bidders shall include a price for this width rather than what is listed on the plans. 36. Can you define which areas will be a wet location due to the pressure wash system? The kennel room and the break room technically will be subject to spray from the pressure wash system. As such, the lights in these areas shall be water resistant. 37. Is electrical work occurring in the cat room? Yes. Refer to the plans for the scope of work. 38. Since the MEP is design build will the GC be required to include a design build policy for the trades providing the MEP design? Yes, in the form of Professional Liability Insurance. Refer to the Supplementary Conditions in the RFP for coverage limits. 39. Do you require stamped drawings for MEP design? Stamped drawings are required for the electrical design. 40. Can you explain the HVAC base and alternate bids? RW Bruno is donating the HVAC system and is referred to as the Town s HVAC Contractor is the RFP documents and this Addendum. The donation is directly to the Town and not through the successful bidder that the Town is seeking through this RFP The successful bidder is, however, responsible for coordinating with RW Bruno for scheduling purposes as well as furnishing and installing all necessary support services (electrical, concrete pad, etc.) as specified in the RFP documents. The MEP Narrative - Alternate Bid Scope of Work is hereby removed from the contact documents and revised Bid Form is provided as Exhibit A to this Addendum No. 1. Bidders shall include all work specified in the RFP documents in their bids with the exception of work specifically identified to be provided by the Town s HVAC Contactor. 41. Is the GC required to carry a bond on RW Bruno if they are being contracted by the Town? No. Page 6 of 8

7 42. Please clarify Item 3.2, Base Bid. Items 3.2.a & 3.2.c consist of work generally performed by the HVAC Contractor, but the narrative indicates this work is to be performed by others and not the Owner s HVAC Contractor. Item 3.3.h in the MEP Base Scope carries Two ceiling Exhaust fans and probably covers the Greenheck Fan noted in 3.2.c. Please confirm. The exhaust fan included in Section 3.2.C of the MEP Narrative Base Bid Scope shall be purchased by the successful bidder and NOT by the Town s HVAC Contractor. Bidders shall include the price of this item in their base bid. The Town s HVAC Contractor will however install it and provide the associated duct work. The Town s HVAC Contractor will cut and cap all HVAC equipment to be removed. Bidders shall include in their base bid price the cost of removing and disposing the existing HVAC equipment. Bidders shall assume all existing HVAC equipment shall be removed and disposed 43. Who is responsible for demolition of the HVAC system? The Town s HVAC Contractor will cut and cap all HVAC equipment to be removed. Bidders shall include in their base bid price the cost of removing and disposing the existing HVAC equipment. Bidders shall assume all existing HVAC equipment shall be removed and disposed. 44. Who is responsible for the electrical components to support the HVAC components that are being donated? The successful bidder of this RFP. Refer to Section 4 of the MEP Narrative Base Bid Scope for additional details. 45. Item 4.3.k.d Please provide power requirements for the Mini Split. Refer to ACC3 as listed in Section 4.3.k.a of the MEP Narrative Base Bid Scope of Work. 46. How will be liquidated damaged be addressed if the delay is due to the Town s HVAC contractor? As long as the successful bidder has genuinely attempted to schedule with the Town s HVAC Contractor, the successful bidder will not be penalized due to delays caused by the Town s HVAC Contactor. 47. The area for the HVAC pad is not level and is subject to a lot of runoff. An alternate location shall be provided for the pad. Bidders shall assume the pad shall be located on the northern side of the building, adjacent to the exterior wall of the cat room. Page 7 of 8

8 48. It will be difficult to obtain a price from an HVAC company knowing RW Bruno is intending to donate the system. Can this be handled differently? The Town is no longer seeking an alternate price for this. A revised bid form is provided as Exhibit A to this Addendum removing Bid Alternate No Is RW Bruno aware of the 3 year warranty? The successful bidder is not responsible for warranty associated with RW Bruno scope of work. The Town will contact RW Bruno directly should issues arise. 50. Item 10 in the Scope of Work calls for a 3 year warranty. Item 1.5 in the MEP Narrative also calls for a 3 year warranty. Looking at the MEP Narrative - Alternate, Item 1.5 it states that he warranty should be 1 year. Are we to reduce the warranty to one year in the alternate for just the HVAC, Plumbing & Electrical or should only carry the one year warranty for the entire project as part of the Alternate pricing? The warranty shall be 3 years. 51. Where is the existing gas meter? On the eastern face of the building. 52. Where is the existing water meter? On the southern face of the building, near the breakroom. 53. Where is the existing electrical service? On the southern face of the building, near the breakroom. 54. Can you depict where the new interior plumbing will connect to the existing sanitary line? The location is depicted on Sheet C-1, the last page of the RFP documents. It is on the eastern face of the existing building. Page 8 of 8

9 EXHIBIT A BID FORM

10 1. BID RECIPIENT RENOVATIONS TO THE LINCOLN ANIMAL SHELTER RFP ADDENDUM 1 BID FORM A. This Bid is submitted to: Town of Lincoln 100 Old River Road Lincoln, RI B. The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner in the form included in the Bidding Documents to perform all Work as specified or indicated in the Bidding Documents for the prices and within the times indicated in this Bid and in accordance with the other terms and conditions of the Bidding Documents. 2. BIDDER S ACKNOWLEDGEMENTS A. Bidder accepts all of the terms and conditions of the Information to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for 90 calendar days after the Bid opening, or for such longer period of time that Bidder may agree to in writing upon request of Owner. 3. BIDDER REPRESENTATIONS In submitting this Bid, Bidder represents the following: A. The above prices include all labor, materials, tools, equipment, overhead, profit, bonds, insurances, etc. to cover the finished work of the several kinds called for. B. Bidder has examined and carefully studied the Bidding Documents, and the following Addenda, receipt of which is hereby acknowledged. Addendum No. Addendum Date C. Bidder does not consider that any further examinations or information are necessary for the determination of this Bid. D. Bidder is aware of the general nature of work to be performed by the Owner and others at the Site that relates to the Work as indicated in the Bidding Documents. E. Bidder has given the Owner notice of all conflicts, errors, ambiguities, or discrepancies that Bidder has discovered in the Bidding Documents, and the written resolution from the Owner is acceptable to Bidder. BID FORM PAGE 1 OF 3

11 F. The Bidding Documents are sufficient to convey understanding of the performance of the Work for which this Bid is submitted. G. Bidder represents that this Bid is genuine and not made in the interest of or on behalf of any undisclosed individual or entity and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation. H. Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid. I. Bidder has not solicited or induced any individual or entity to refrain from bidding. J. Bidder has not sought by collusion to obtain for itself any advantage over any other. 4. BASIS OF BID Bidder will complete the Work in accordance with the Contract Documents for the following price(s): A. Base Bid All labor, materials, services and equipment necessary for completion of the Work shown on the Documents. (Price in Words) $ (Price in Figures) B. Bid Alternates Bid Alternate No 1: Provide cost to deduct new millwork within breakroom 103 Deduct Price in Words $ Dollars and Cents Deduct Price in Figures $ Bid Alternate No 2: Provide cost to deduct the slab moisture mitigation Deduct Price in Words $ Dollars and Cents Deduct Price in Figures $ BID FORM PAGE 2 OF 3

12 Bid Alternate No 3: Provide cost to deduct the installation of the pressure wash system in the Kennel Room. Connection for future installation of system shall be stubbed and capped. Deduct Price in Words $ Dollars and Cents Deduct Price in Figures $ This Bid is submitted by: Name of Authorized Representative Title of Authorized Representative: Signature of Authorized Representative: Business Name Business address: Phone No.: FAX No.: State Contractor License No. Seal (if bid is by Corporation): SUBMITTED on, BID FORM PAGE 3 OF 3

13 EXHIBIT B SIGN IN SHEET

14