February 23, ADDENDUM No. 4 This Addendum and attachments consists of: 21-Page(s)

Size: px
Start display at page:

Download "February 23, ADDENDUM No. 4 This Addendum and attachments consists of: 21-Page(s)"

Transcription

1 Anchorage School District Purchasing Warehouse 4919 Van Buren Street Anchorage, Alaska Phone (907) February 23, 2018 ADDENDUM No. 4 This Addendum and attachments consists of: 21-Page(s) TO: SUBJECT: All ASD Plan Holders RFP Willow Crest Elementary School HVAC & Roof Upgrades Best Value DUE DATE: Proposal Submission: Prior to 2:00 p.m., Local Time March 1, 2018 Bid/Cost Submission: Prior to 2:00 p.m., Local Time March 9, 2018 The following additions, corrections and changes are hereby made to the subject Request for Proposal. 1. Change the RFP Proposal Submission from Prior to 2:00 p.m., Local Time February 23, 2018 to Prior to 2:00 p.m., Local Time March 1, The On-Site Visit has been rescheduled to February 27, 2018 at 3:45 p.m. Local Time at Willow Crest Elementary School, 1004 W. Tudor Rd., Anchorage, Alaska Please meet at the Front Office. 3. REPLACE Table of Contents in its entirety and replace with the attached Table of Contents, consisting of four (4) pages. 4. REPLACE Section 00020, Request for Proposal in its entirety and replace with the attached Section 00020, Request for Proposal, consisting of one (1) page. 5. REPLACE Section 00200, Milestone Dates in its entirety and replace with the attached Section 00200, Milestone Dates, consisting of one (1) page. 6. REPLACE Section 00300, Bid Form in its entirety with the attached Section 00300, Bid Form, consisting of four (4) pages. 7. REPLACE Appendix A, Proposal Transmittal Form in its entirety and replace with the attached Appendix A, Proposal Transmittal Form, consisting of one (1) page. 8. ADD Section 01031, Bid Allowances, consisting of one (1) page. 9. ADD Exhibit H, Siemens Industry, Inc. Proposal, consisting of two (2) pages. Note: 100% Construction Documents replace the 95% Construction Documents. See Addendum No. 2 for the hyperlinks to the 100% Construction Documents. Only the 100% Construction Documents should be used.

2 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE The following clarifications, questions and answers are provided for your use in responding to the subject Request for Proposal: Q1: Detail 6/S5.1 shows a 2x nailer at top & bottom of the W8 beam. Please clarify fastening requirements for the 2x nailer to the W8 beam. A1: Assume ½" bolts counter sunk into the wood at 24 oc staggered each flange, top and bottom. Q2: Sheet S2.1 Gallery dog leg area to the east of G line does not identify any GLB s similar to the main Gallery assembly. Please confirm the Gallery dog leg area to the east of G line does not require any GLB s, or clarify. A2: It is not our intent for GLBs to be located at these locations. Q3: Sheet A1.12 Stucco Repair Elevations call out Note 1 damaged stucco to be removed and patched in applicable areas only. This note would elude to possible misunderstanding that the parapet stucco is only being patched as needed, which does not appear to be the case according to details 7&8/A7.1. Roof type A & Q parapet details 7&8/A7.1 appears to show a new parapet framed on top of the new roof plywood sheathing. Also, the stucco is not installed on the face of the parapet to the top as the existing condition does. Please review and clarify the design intent for the parapet at roof type A & Q. A3: See 100% Bid Documents. Q4: Detail 4/A71 is called out separating roof type E & M, N. It appears this detail may also be required between roof type F & M, N, and between roof H& E,N. Please review and clarify. A4: See 100% Bid Documents. Q5: Details 4 & 5/A7.2 at the top of the sheet should be details 8 & 9/A7.2. Please confirm. A5: See 100% Bid Documents. Q6: Detail 1 & 3/A7.4 calls for SAM on the face of this facia/parapet. A6: SAM or weatherbarrier is acceptable for building paper. See 100% bid package. Q7: Detail 3/S5.2 and 2/A7.7 differ in the height of the snow displacement structure framing. Detail 3/S5.2 calls out 5 high and 2/A7.7 calls out 3 high. Please clarify which detailed height is correct. A7: Structural shows the framing height correctly adjacent to the new gallery. Q8: 1/A7.6 is called out on the west wall of the Gallery on sheet A6.5. It appears this is an incorrect call out and should be detail 3/A7.6. Please confirm detail call out at the west wall of the Gallery, sheet A6.5, should be detail 3/A7.6. Please confirm detail 1/A7.6 is not used, or clarify the applicable locations A8: See 100% bid package. Q9: Detail 5/S5.1 does not show the welding requirements for the ¼ plate assembly to the W column. Please provide the welding requirements for the ¼ plate assembly to the W column shown in detail 5/S5.1. A9: Now detail 6/S5.1 in 100% set weld w/ ¼ fillet each side of flange. Page 2 of 7

3 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE Q10: Please provide elevations for steel moment frame assemblies. A10: Shown in 2/S3.1 in 100% set. Q11: TS specifies markerboards, tackboards, and combination units. There is only markerboards shown as being required on sheet A4.5. Please confirm there are no tackboards or combination units required, or clarify. A11: See 100% bid package. Q12: Please provide a signage schedule as noted in TS A.1. A12: See 100% bid package. Q13: TS Hardware Groups do not match the requirements for the new doors as indicated on sheet A0.1. Please provide an updated Door Hardware Group with all requirements for each hardware group, and provide hardware group identification to sheet A0.1 Door Schedule. A13: See 100% bid package. Q14: TS A.1.a calls for corner guards to be installed as part of Bid Alternate 03. There is no Bid Alternate 03. Please clarify. A14: See 100% bid package. Q15: Sheet A1.4, demo notes 21 & 22 appear to only occur if Alternate 1 is to be performed. Please confirm, or clarify. A15: Base Bid work. See 100% bid package. Q16: Detail 1/A7.7, the large scale roof plan, does not show the gallery roof and wall configuration at the wing ends. Please confirm detail 1/A7.7 plan does not show the required bump out wall and raised roof configuration as shown in other details, or clarify. A16: See 100% Bid Documents. Q17: Detail 5/A7.10 calls out wall type W3 and W3 Similar. Neither walls show the interior GWB. Please confirm there is GWB required on the interior side of both the W3 and W3 similar walls shown in detail 5/A7.10, or clarify. A17: See 100% Bid Documents. Q18: Sheet S2.2 appears to show a new 6.75x21 GLB at the outside of the N/S running wall of the bump out at the Gallery. There is a dark line, identified at other locations as the GLB s, that extends out of the Gallery to grid line 4 that does not identified. Please clarify what happens to the GLB when it extends outside of the bump out of the Gallery. Is it supposed to extend from grid line 3 to 4? A18: See 100% set. It is supposed to span between support walls and grid 3.3 and 4. Q19: Sheet A2.2 calls out the elevation 2/A3.2 for the south side of Wing 1. The correct elevation should be 2/A3.1. Please confirm, or clarify. A19: See 100% Bid Documents. Page 3 of 7

4 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE Q20: Detail 4/A7.7 appears to show metal siding, not the specified metal panel. Please clarify this detail. A20: See 100% Bid Documents. Q21: At the locations where the new duct penetrations pass from the Galleries to the spaces below we will be cutting through the existing 3x roof decking. There are no details supplied on any 3x wood decking support framing at these locations ranging in sizes up to 42 x 20. Will any 3x wood decking support framing be required at the locations of the new duct penetrations from the galleries into the spaces below? Please clarify requirements, if any. A21: New plywood decking nailing and adjacent new roof top beam make additional opening support unnecessary. Q22: To accommodate the ductwork demolition shown in the classroom wings, sheet M1.1 & M1.2, the bottom of the soffit framing will need to be removed and reinstalled to accommodate the removal and installation of new ductwork at most locations. There does not appear to be a detail to help identify the existing framing materials. Are the existing classroom soffits framed with metal studs or wood studs? Please clarify. A22: Existing soffits are wood stud along the classroom corridor walls. According to existing drawings, the Soffits located in other locations in rooms 205, and corridor 500 are metal framed with wood blocking. Q23: Specification section specifies Markerboards, Tackboards, and Combination Units. Wall section 2/A4.2 and 1/A4.5 call out Whiteboards, for a total of 4 each 4 x 8. There is no reference to the Tackboards or Combo Units in the drawings. Please confirm the Tackboards and Combo Units specified in specification are not required, or clarify. A23: See 100% Bid Documents. Q24: Detail 2/A4.2 call for Whiteboards to be mounted on Adjustable Standards. The adjustable standards are not specified. Please provide the specifications for the Adjustable Standards. A24: See 100% Drawings. Q25: Specification Corner Guards appears that it applies to the new 6 outside corners of the GWB walls in rooms 101 and 102. Please confirm, or clarify. A25: Room 101 and 102 corners are existing. New corners include any enclosed chases related to roof drainage system modifications and heating system modifications that create new exposed outside corners in occupied spaces. Q26: Detail 3/A7.4 shows the exterior metal panel in a different configuration than the rest of the facia panels. Please confirm the configuration is correct, or clarify. A26: See 100% Drawings. Q27: Detail 4/A7.6 calls for a prefinished metal facia panel. This material does not appear to be included in the or specification. Please clarify material requirements for prefinished metal facia panel called for in detail 4/A7.6. A27: See 100% Specifications. Q28: Please confirm soffit metal panel is type WP-1, or clarify. A28: See 100% Bid Documents. Page 4 of 7

5 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE Q29: Glazing under calls for clear tempered over clear tempered. Section C & D calls for laminated over clear tempered. Please clarify this glass material requirement conflict. A29: See 100% Bid Documents. Q30: Detail 2/A4.2 calls for 6 metal studs at the removed movable partition. Floor plan A2.4 calls the wall out as a W4, which is wood framed. Please confirm the wall is metal stud framed, or clarify. Please confirm the walls between classrooms are to include sound insulation, or clarify. Please confirm the detail scale should be ¾ = 1 0. A30: New walls are to be 6 inch steel stud with sound insulation and additional sheet of gypsum wallboard on one side. 3/8 =1-0 is correct scale. Q31: Wall section 2/A4.3 identifies the roof drain piping chase as wall type W2, it should be W5 as the W2 is an exterior wall assembly. Please confirm the roof drain piping chase is a wall type W5 as noted on the floor plans, or clarify. A31: Type W5 for interior chase wall is confirmed. Q32: Please provide a specification for the new hatch shown in Gallery U302, sheet A2.6. A32: Opening is shown. No hatch is required. Q33: Sheet A0.2 calls out PLAM/P-2 for the ceiling of IMC Room 206. This does not appear to be correct. Please review and confirm the ceiling is Tectum as shown in detail 1/A2.11, or clarify. A33: See 100% bid documents. IMC to receive suspended ceiling system & removable PLam Soffit in Q34: Please provide a specification for the fire extinguishers in the Galleries U301 and U301, sheet G0.2, or confirm they are Owner supplied and installed. A34: See 100% Bid documents. Q35: Please confirm all fire extinguishers and any associated cabinets shown on sheet G0.2 are all existing, except the new ones located in the Galleries U301 & U302, or clarify. A35: Confirmed all new extinguishers are located in Galleries. Page 5 of 7

6 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE Q36: See highlight below. We believe you intended to say ? Also, we believe you want the value engineering process in with the other processes of our technical approach? A36: Reference Addendum #2; Change the response to question #4 to read: Reference Section 00100, Paragraph DELETE Discuss your Project Team s approach to completing the project. Include any specific challenges to the successful completion of this particular project and how your team would approach them. State specifically the types of support or coordination required from members of the team, including the Owner and Architect and describe how this support assists in the successful delivery of this project. Describe in detail the phasing plan and how there will be a seamless transition between each construction phase. Outline how any impact to the educational program delivery in between summer construction phases shall be avoided. Lay out clear contingency plans for unanticipated interruptions to the school program. Reference Section Paragraph ADD Describe in detail the phasing plan and how there will be a seamless transition between each construction phase. Outline how any impact to the educational program delivery in between summer construction phases shall be avoided. Lay out clear contingency plans for unanticipated interruptions to the school program. Q37: Recently issued Addendum No.1 appears to have swapped the original due dates for the cost and proposal submissions. Please advise. A37: See subsequent addenda for corrections. Q38: Given that there is a new site walk on Feb 23, please push the due dates for whichever is due on Feb 22 to the following week. This will allow us to revise our proposal should we learn something new at the site walk. This would also rectify the issue of staff availability due to holidays and ASD closures that week. A38: The second site walkthrough is scheduled for costing only. Site walkthrough is rescheduled due to Solicitation Suspension noted in Addendum #3. Q39: Can the roof insulation and coverboard be mechanically attached through the entire roof system? Or at least the first layer of insulation be mechanically attached? A39: No. Page 6 of 7

7 Q40: Does the roof need to be designed to FM? A40: No ADDENDUM NO. 4 RFP WILLOW CREST HVAC & ROOF UPGRADES BEST VALUE Q41: Please review the following question from one of the steel erector subcontractors and advise as soon as possible: I was reviewing the spec book and it states in section B that the installer has to be AISC certified category ACSE. Can this certification be waived? A41: See 100% Bid Documents. All other terms and conditions remain the same. NOTE TO PROPOSERS: This Addendum must be signed and returned with your bid/cost submission and proposal or acknowledged where indicated in Section 00300, Bid Form and Appendix A, Proposal Transmittal Form. Failure to do so may cause your bid/cost submission and proposal to be nonresponsive. Proposer Name: Authorized Representative Signature: Name and Title (please print): END OF ADDENDUM Page 7 of 7

8 TABLE OF CONTENTS Section Title No. of Pages Volume 1 DIVISION 00 - BIDDING AND CONTRACT REQUIREMENTS Request for Proposal Instructions to Bidders/Proposers Project Schedule Milestone Dates Bid Form Asbestos Abatement Subcontractor s Certificate of Insurance Contractor Agreement Form Bid Bond Form Performance and Payment Bond Form Sample Forms and Certificates General Conditions of the Contract for Construction Supplementary General Conditions to the Contract for Construction Wage Rates... 1 Appendix A Proposal Transmittal Form... 1 DIVISION 01 - GENERAL REQUIREMENTS General Requirements Relocation Summary of Work Bid Alternates Bid Allowances Project Coordination Cutting and Patching Mechanical & Electrical Coordinator Field Engineering Regulatory Requirements Abbreviations and Definitions Referenced Specifications Alteration Procedures Project Meetings Submittals Project Schedule Shop Drawings, Product Data and Samples Airborne Contaminant Control Schedule of Values Construction Photographs Quality Control Testing Laboratory Special Inspections Temporary Facilities Maintenance of Traffic Project Sign Materials and Equipment Delivery, Storage and Handling Substitution and Product Option Starting of System System Commissioning Project Closeout Cleaning Project Record Documents Operation and Maintenance Data... 4 Project Table of Contents - Page 1 of 4

9 TABLE OF CONTENTS Closeout Forms Utility Location Requirements... 1 Volume 2 DIVISION 02 - SITEWORK Chemical Hazards Removal and Disposal Hazardous Materials Assessment Selective Demolition Asbestos Removal and Disposal Lead Removal and Disturbance DIVISION 03 - CAST-IN-PLACE CONCRETE Cast-In-Place Concrete DIVISION 04 - MASONRY Unit Masonry DIVISION 05 - METALS Structural Steel Framing Metal Fabrications Pipe and Tube Railings... 7 DIVISION 06 - WOOD AND PLASTICS Rough Carpentry Sheathing Shop-Fabricated Wood Trusses Glued-Laminated Construction Interior Architectural Woodwork Plastic Laminate Faced Architectural Casework Solid Surface Fabrications FRP Panels... 3 DIVISION 07 - THERMAL AND MOISTURE PROTECTION Building Insulation Metal Roof Panels Metal Wall Panels Phenolic Resin Panel Siding EPDM Membrane Roofing Membrane Reroofing Preparation Sheet Metal Flashing and Trim Firestopping Joint Sealants... 7 DIVISION 08 - DOORS AND WINDOWS Steel Doors and Frames Access Doors and Panels Aluminum Windows Finish Hardware Glazing... 4 Project Table of Contents - Page 2 of 4

10 TABLE OF CONTENTS DIVISION 09 - FINISHES Gypsum Board Assemblies Non-Structural Metal Framing Cement Plastering Acoustical Ceiling Systems Resilient Flooring Resilient Base and Accessories Painting and Coating... 6 DIVISION 10 SPECIALTIES Visual Display Boards Signage Corner Guards... 2 DIVISION 12 FURNISHINGS Window Shades... 3 Volume 3 DIVISION 21 - FIRE SUPPRESION Common Work Results for Fire Suppression Wet Pipe Sprinkler Systems... 6 DIVISION 22 PLUMBING Common Work Results for Plumbing Expansion Fittings and Loops for Plumbing Piping Hangers and Supports for Plumbing Piping and Equipment Vibration and Seismic Controls for Plumbing Piping and Identification for Plumbing Piping and Equipment Plumbing Insulation Plumbing Instrumentation Plumbing Piping Plumbing Specialties Plumbing Equipment... 5 DIVISION 23 - HEATING VENTILATING AND AIR CONDITIONING HVAC Air Duct Cleaning Common Work Results for HVAC Mechanical Demolition, Relocation, and Alteration Expansion Fittings and Loops for HVAC Piping Hangers and Supports for HVAC Piping, Ductwork, and Vibration and Seismic Controls for HVAC Piping, Ductwork Identification for HVAC Piping, Ductwork and Equipment Testing, Adjusting, and Balancing for HVAC HVAC Insulation HVAC Instrumentation Direct Digital Control Systems for HVAC Controls Sequence of Operation for HVAC Controls Facility Liquefied-Petroleum Gas Piping Hydronic Piping Hydronic Specialties... 8 Project Table of Contents - Page 3 of 4

11 TABLE OF CONTENTS HVAC Pumps Refrigerant Piping HVAC Ducts and Casings Ductwork Accessories HVAC Fans Air Terminal Units Air Outlets and Inlets HVAC Air Cleaning Devices Breeching, Chimneys, and Stacks Condensing Boilers Heat Exchangers Custom-Packaged, Outdoor, Central Station Air Handling Convection Heating and Cooling Units... 6 Volume 4 DIVISION 26 - ELECTRICAL Basic Electrical Requirements Electrical Remodel Work Equipment Wiring Connections Low Voltage Electrical Power Conductors and Cables Grounding and Bonding Hangers and Support Surface and Raceway Raceway and Boxes Identification Lighting Control Devices Panelboards Wiring Devices Fuses Enclosed Switches Motor Controllers Enclosed Contactors Interior Lighting, Fixtures, Lamps, and Ballasts Exterior Lighting... 4 DIVISION 27 - COMMUNICATIONS Communications Cable and Equipment... 8 DIVISION 28 ELECTRONIC SAFETY AND SECURITY ADDENDUM NO Intrusion Detection Addressable Fire Detection and Alarm... 9 EXHIBIT A Roof Photos files B WCES Roof Plan with Picture Markers... 2 C DOL New Boiler Install Notification... 1 D WCES Vintages in Color... 1 E WCES ROOF DRAIN REPORT F ASD Fire Sprinkler Contractor Protocol... 1 G Demo Photo Reference H Siemens Industry, Inc. Proposal... 2 DRAWINGS Project Table of Contents - Page 4 of 4

12 REQUEST FOR PROPOSAL (RFP) NUMBER: Willow Crest Elementary School HVAC & Roof Upgrades ADDENDUM NO. 4 REQUEST FOR PROPOSAL Division 0 Section Sealed proposals will be received in accordance with the time schedule shown below by the Anchorage School District, Purchasing Department, located at 4919 Van Buren Street Anchorage, Alaska for Project per the attached Instructions to Bidders/Proposers (00100), General Conditions (00700), Technical Specifications, Drawings, Bid Form (00300) and Proposal Transmittal Form (Appendix A) ESTIMATED CONSTRUCTION COST: $5,000,000 - $10,000,000 On-Site Visit: Pre-Proposal Conference: Proposal Submission: On-Site Visit: Bid/Cost Submission: February 7, 2018 at 3:45 p.m. Local Time February 8, 2018 at 10:00 a.m. Local Time March 1, 2018 at 2:00 p.m. Local Time February 27, 2018 at 3:45 p.m. Local Time March 9, 2018 at 2:00 p.m. Local Time At the above indicated time, the proposals will be received. Proposals received by the Purchasing Department after the time fixed for receipt of the proposals will not be considered. Time of receipt will be as determined by the time stamp at the Purchasing Department. DOCUMENTS: Prospective proposers may obtain copies of documents at the Anchorage School District website Only electronic versions of this RFP are issued. A copy of the current plan holder s list can be requested at: NOTICE TO PROPOSERS: A bid bond in the amount of five percent (5%) of the total amount of the base bid will be required (cash, personal or business checks are unacceptable). The successful Contractor shall be required to furnish 100 percent performance and payment bonds. The Anchorage School District reserves the right to reject any and all proposals, and to waive any informalities or irregularities in bidding procedures. PRE-PROPOSAL CONFERENCE AND WALK-THROUGH: An On-Site Visit will be held on February 7, 2018 at 3:45 p.m. Local Time at Willow Crest Elementary School, 1004 W. Tudor Rd., Anchorage, Alaska Please meet at the Front Office. A Pre-Proposal Conference will be held February 8, 2018 at 10:00 a.m. Local Time at Anchorage School District, Purchasing Department, located at 4919 Van Buren Street Anchorage, Alaska The On-Site Visit has been rescheduled and will be held February 27, 2018 at 3:45 p.m., Local Time at Willow Crest Elementary School, 1004 W. Tudor Rd., Anchorage, Alaska Please meet at the Front Office. All Proposers are encouraged to attend the On-site and Pre-Bid Conference. Major sub-proposers are also encouraged to attend. The Anchorage School District is committed to providing reasonable accommodations, according to applicable state and federal laws, to all individuals with a qualifying disability. If you require a reasonable accommodation in order to participate in this or any other district process, please contact the Anchorage School District s Compliance/Equal Employment Opportunity Office at (907) END OF SECTION Project Section Page 1 of 1

13 PROJECT SCHEDULE MILESTONE DATES ADDENDUM NO. 4 MILESTONE DATES Division 0 Section On-Site Visit... February 7, 2018 Pre-Proposal Conference... February 8, 2018 Proposal Submission... March 1, 2018 On-Site Visit... February 27, 2018 Bid/Cost Proposal Submission... March 9, 2018 Board Meeting (anticipated)... March 19, 2018 Non-Action, April 2, 2018 Action Notice to Proceed (anticipated)... April 19, 2018 Site Available to Contractor... May 24 August 15, 2018 and May 25- August 15, 2019 Substantial Completion Building 2018 work... August 10, 2018 Substantial Completion Site 2018 work... August 03, 2018 Substantial Completion Building 2019 work... August 03, 2019 Substantial Completion Site 2019 work... August 10, 2019 Final Completion August 15, 2018 Final Completion August 15, 2019 Dates of Interest: Presidents Day Holiday... February 19, 2018 Parent Teacher Conferences... February 21 22, 2018 Spring Break Week... March 12 16, 2018 School Ends for Students... May 23, 2018 School Ends for Teachers... May 24, 2018 Memorial Day... May 28, 2018 Teachers First Day... August 15, 2018 Students First Day... August 20, 2018 Labor Day... September 3, 2018 Parent Teacher Conferences... October 24 25, 2018 Thanksgiving Holiday... November 22 23, 2018 Winter Vacation... December 24, 2018 January 4, 2019 Martin Luther King Day Jr. Holiday... January 21, 2019 Presidents Day Holiday... February 18, 2019 Parent Teacher Conferences... February 20 21, 2019 Spring Break Week... March 11 15, 2019 School Ends for Students... May 22, 2019 School Ends for Teachers... May 23, 2019 Memorial Day... May 27, 2019 The Contractor shall be required to plan, schedule, execute and complete all work under the contract in accordance with the Project Schedule Milestone Dates set forth under this Section The above listed Project Schedule Milestone Dates for Substantial Completion and Final Completion may not be altered by the Contractor, either to schedule or to achieve early completion of the project, without the express written consent of the Owner. The proposer s attention is drawn to the requirements of Division 1, Section of the General Requirements entitled Project Schedule and to the Phasing Drawings for associated phasing information. END OF SECTION Project Section Page 1 of 1

14 BID FORM Division 0 Section Project Title: Willow Crest Elementary School HVAC and Roof Upgrades Request for Proposal: RFP TO: Anchorage School District Time: Prior to 2:00 p.m., Local Time 4919 Van Buren Street Date: March 9, 2018 Anchorage, Alaska ADDENDUM NO. 4 FROM: BIDDER ADDRESS CITY/STATE PHONE/FAX Operating as (strike out conditions that do not apply) an individual, a company, a corporation, organized and existing under the laws of the State of, or a proprietorship, a partnership, or joint venture consisting of 1. BASE BID: Having become completely familiar with the local conditions affecting the cost of the work at the place where work is to be executed, and having carefully examined the site and building conditions as they currently exist, and having carefully examined the proposed contract documents, together with any addenda to such contract documents as listed hereinafter, the undersigned hereby proposes and agrees to provide all labor, materials, equipment, transportation, supervision and other facilities as necessary and/or required to execute all of the work described by the aforesaid contract documents for the lump sum consideration of: $ (In Numbers) Said amount being hereinafter referred to as the base bid, base bid proposed, or lump sum. 2. ALTERNATES: The undersigned proposes to perform alternates for the stated resulting additions or deductions from the base bid. Additions and deductions shall include any modifications of work or additional work that the undersigned may deem to be required to perform by reason of the acceptance or rejection of any alternate, including allowances for overhead and profit, and in accordance with the Project Schedule Milestone Dates set forth under Section hereof. The Owner reserves the right to award the alternates in any order or number and include them in the contract award price. A. Alternate Number One: REFUBISH EXISTING EXTERIOR STUCCO FINISH (SUMMER 2018). Adjust Base Bid by ADDING: $ (In Numbers) Project Section Page 1 of 4

15 3. UNIT PRICES: BID FORM Division 0 Section The following unit prices will be used at the discretion of the Owner for the addition or deletion of work not reasonably implied or not included in the Contract Documents. Unit prices must include all labor, material, overhead, and profit for each unit of work. All unit price work will be processed by Request for Proposal followed by a Change Order to the Contract when quantities are verified and agreed upon. A. None 4. ALLOWANCES / ASSIGNMENTS: ADDENDUM NO. 4 A. Siemens Industry, Inc. $ 337, (In Numbers) 5. ADDENDA ACKNOWLEDGMENT: The undersigned acknowledges receipt of the following addenda: (List by number and date appearing on addenda.) 6. TIME OF COMPLETION: The undersigned agrees to complete all work under this contract in accordance with the Project Schedule Milestone Dates set forth under Section hereof. 7. BID SECURITY: A bid bond in the amount of five percent (5%) of the total amount of the base bid is attached in the sum of: $ (In Numbers) which is to become the property of the Owner in the event the Performance Bond and Payment, Bond are not executed within the time set forth in paragraph 9 of this section, as liquidated damages for the delay and additional work caused the Owner. 8. The undersigned agrees that upon receipt of the notice of acceptance of his bid, he will execute the formal contract, and will deliver all proper bonds and proof of insurance coverage as may be required by the contract documents. 9. The undersigned agrees to accept the Assignment of the Bid Allowance as set forth in Section 01031, Bid Allowances. 10. The undersigned further agrees to execute the formal contract within ten (10) days from the date of the notice of acceptance of this bid, and in case the undersigned fails or neglects to appear within the specified time to execute the contract, the undersigned will be considered as having abandoned the contract, and the bid bond accompanying this bid will be forfeited to the Owner by reason of such failure on the part of the undersigned. Project Section Page 2 of 4

16 BID FORM Division 0 Section The undersigned further agrees to commence with the work under the contract in accordance with the date of commencement of the Work established in the Notice to Proceed. 12. The undersigned further agrees that the bid security may be retained by the Owner and that said bid guarantee shall remain with the Owner until the contract has been executed by the Owner. 13. The undersigned has checked all of the above figures, and understands that the Owner will not be responsible for any errors or omissions on the part of the undersigned in preparing this bid. 14. In submitting this bid, it is understood that the right is reserved by the Owner to reject any or all bids and waive any informalities and irregularities in connection therewith. It is agreed that this bid may not be withdrawn for a period of forty-five (45) days from the date and time of opening. 15. The undersigned declares that the person or persons signing this Bid Form is/are fully authorized to sign on behalf of the firm listed and to fully bind the firm listed to all the conditions and provisions thereof. 16. It is agreed that no person or persons or company other than the firm listed below or as otherwise indicated has any interest whatsoever in this bid or the contract that may be entered into as a result of the bid and that in all respects the proposal is legal and firm, submitted in good faith without collusion for fraud. 17. It is agreed that the undersigned has complied or will comply with all requirements of local, state and national laws, and that no legal requirement has been or will be violated in making or accepting this bid in awarding the contract to him and/or in the prosecution of the work required. 18. CONFLICT OF INTEREST: I certify no member of the School Board or District employee, or spouse or other member of his/her household shall have any undisclosed interest as noted in paragraph entitled Conflict Of Interest (Section 00100). By and for the bidder: Signature: ADDENDUM NO. 4 Project Section Page 3 of 4

17 BID FORM Division 0 Section LICENSE NUMBER(S): Alaska Business License Number: Alaska General or Specialty Contracting License Number: Respectfully submitted, this day of, 20. Firm Name: Federal Tax ID: Address: Signature: Name (Typed): Title: CORPORATE SEAL ENCLOSURES: 1. Bid Guarantee (in the form and amount specified or required, include Power of Attorney for Surety) END OF SECTION Project Section Page 4 of 4

18 Proposal Transmittal Form Appendix A PROPOSAL TRANSMITTAL FORM This form must be returned with the offeror s proposal Project Title: Willow Crest Elementary School HVAC & Roof Upgrades Best Value Request for Proposal: RFP To: Anchorage School District Time: Prior to 2:00 p.m., Local Time 4919 Van Buren Street Date: March 1, 2018 Anchorage, Alaska ADDENDA ACKNOWLEDGMENTS: The undersigned acknowledges receipt of the following Addenda, list by number and date appearing on Addenda; FIRM'S NAME: MAILING ADDRESS: CITY/STATE/ZIP: PHYSICAL BUSINESS ADDRESS: CITY/STATE/ZIP: CONTACT PERSON FOR THIS SOLICITATION: TELEPHONE: FAX NUMBER: ADDRESS: ALASKA BUSINESS LICENSE NUMBER: FEDERAL TAX ID NUMBER: ALASKA GENERAL OR SPECIALTY CONTRACTING LICENSE NUMBER: CERTIFICATION I certify that I am a duly authorized representative of the firm listed above and that the information and materials enclosed with this proposal accurately represent the capabilities of the firm to provide the services indicated in compliance with the requirements of the solicitation. I certify that no member of the School Board or District employee, or spouse or other member of his/her household, has or shall have any undisclosed interest in the firm or this proposal, as provided in the Instructions to Offerors ( Conflicts of Interest ). The School District is hereby authorized to request from any individual any pertinent information deemed necessary to verify information regarding the capacity of the firm and for purposes of determining responsiveness of the proposal or responsibility of the firm as a prospective contractor. In compliance with the solicitation, the offeror agrees, if this offer is accepted within 90 calendar days from the date specified in the solicitation for receipt offers, to furnish any or all items on which prices are offered at the price set opposite each item, delivered at the designated places, within the times specified in the solicitation. SIGNATURE: PRINTED NAME AND TITLE: DATE: END OF SECTION Project Appendix A Page 1 of 1

19 BID ALLOWANCES Division 1 Section BID ALLOWANCES PART 1. GENERAL 1.01 DESCRIPTION A. Work included: B. Assignment of the contract between the Anchorage School District and Siemens Industry, Inc. to the prime contractor. C. Costs, clarifications, and exclusions for the Siemens Industry, Inc. work is indicated on the Siemens Proposal dated February 21, D. No direct cost for the Siemens Industry, Inc. work as identified in the attached Siemens Proposal shall be included in the base bid.(section 00300) E. The Prime Contractor s burden and overhead for administration of the Siemens Industry, Inc. work and exclusions identified in the Siemens proposal shall be included in the base bid. (Section 00300) END OF SECTION Project Section Page 1 of 1

20 SIEMENS February 21, 2018 ADDENDUM NO. 4 EXHIBIT H Siemens Industry, Inc. Building Technologies Division Anchorage School District 1301 Labar Street Anchorage, AK Attn: Bob Halpin Project Manager RE: Willow Crest Elementary School HVAC and Roof Upgrades ASD Project # Siemens Digital Control (DDC) System Additions and Modifications Siemens Industry, Inc., having examined the proposed contract documents, hereby proposes and agrees to provide all labor, material, equipment, transportation, supervision and other facilities to execute the work described in the contract documents pertaining to the following specification sections. The clarifications and exclusions listed below are intended to clarify the scope of work between all related subcontractors and suppliers. Siemens Industry, Inc. agrees that this sole source contract, between the Anchorage School District and Siemens Industry, Inc., will be assigned to the selected General Contractor on this project. Section Direct Digital Control System for HVAC Section Sequence of Operation for HVAC Controls Clarifications Base Bid Lump Sum: $ 337, Siemens will demolish the existing control system components as required. Siemens will return any demolished control panels to ASD for reuse as spare parts. 2. Siemens will furnish the variable frequency drives (typical of 10 locations) to the Division 26 electrical contractor for mounting and power wiring as indicated on the electrical drawings. Siemens will provide low-voltage control wiring and programming & start-up of the VFDs. 3. Siemens will provide the propane leak detection sensor in the boiler room. 4. Siemens will furnish new temperature control valves to the mechanical contractor for installation in the piping system as identified on the drawings. In addition to the new control valves, please note that there are additional requirements to replace the existing control valves on RHC-1 through RHC- 27. See M0.1 and the exhibit drawings for this requirement. 5. Siemens will furnish pipe temperature sensors/wells and liquid pressure sensors to the mechanical contractor for installation in the piping system as indicated on the construction drawings. 6. Siemens will provide control wiring of the boiler master control system furnished by the boiler manufacturer. Start-up and commissioning of the boiler system shall be performed by the boiler manufacturer s representative. The boiler master control system shall have MODBUS or BACNet-IP communication capabilities for communication with the Siemens system as specified. 7. Siemens will provide 8 hours of on-site demonstration and training as specified. 8. Siemens will connect the new control system to the existing Siemens control network and update the system graphics and programming at the ASD central server to reflect all changes made under this project. 9. Price includes a one-year warranty on all materials and workmanship. Siemens Industry, Inc Fairbanks Street, Suite B Anchorage, AK Phone: (907) Fax:(907) Page 1 of 2

21 SIEMENS Specific Exclusions ADDENDUM NO. 4 EXHIBIT H Siemens Industry, Inc. Building Technologies Division 1. Price excludes temporary heat. 2. Price excludes Section HVAC Instrumentation. 3. Price excludes the seismic gas shut-off valve identified on M Price excludes all Division 26 wiring identified on the electrical drawings. 5. Price excludes any work associated with the existing or new fire alarm or security systems. 6. Price excludes any demolition that is not specifically associated with the existing control system. 7. Price excludes cleaning of heating coils or mechanical equipment. 8. Price excludes systems balancing. 9. Price excludes core drilling, concrete cutting and patching and painting of architectural surfaces. 10. Price excludes any handling or abatement of hazardous materials. 11. Price excludes permit fees, inspection fees, bond fees and per-project aggregate insurance endorsements. Please contact me at (907) if you have any questions or concerns regarding this proposal. Regards, James C. McDonough Jim McDonough Account Executive Siemens Industry, Inc Fairbanks Street, Suite B Anchorage, AK Phone: (907) Fax:(907) Page 2 of 2