TRIAD ENGINEERING CONSULTANTS, INC.

Size: px
Start display at page:

Download "TRIAD ENGINEERING CONSULTANTS, INC."

Transcription

1 TRIAD ENGINEERING CONSULTANTS, INC Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and (336) Electrical Engineering Services Since 1984 TO: All Bidders May 9, 2016 TEC File No: 1519 RE: HVAC Renovations for Gateway Education Center Greensboro, NC ADDENDUM No. 2: Information contained in this Addendum and the changes directed in the project Plans and/or Specifications hereby become a part of the Contract. Bidders are instructed to acknowledge receipt of this addendum on the Bid Form. This addendum is transmitted to official GCS planroom which is the official repository for communications related to the project. Each Bidder should insure that all sub-bidders and suppliers have included the information contained in this addendum in their pricing. The Bid and contract documents are clarified and/or amended as follows: GENERAL 1. The minutes of the PreBid Meeting are attached. END OF ADDENDUM Attachments: PreBid Meeting Minutes 4 pages PreBid Sign-in Sheet 1 page 1519_Gateway_Add02.docx 1 of 1

2 TRIAD ENGINEERING CONSULTANTS, INC Willard Dairy Rd Providing High Point, NC Suite 100 Plumbing, Mechanical and (336) Electrical Engineering Services Since HVAC Renovations for Gateway Education Center 3205 East Wendover Ave. Greensboro NC May 9, 2016 Meeting Date: May 5, 2016 TEC File No: 1519 PreBid Conference Agenda I Welcome and Introductions Hugues Antoine Joe Farar Perry Gulledge Paschelle Mitchell-Palmer GCS Maintenance GCS Purchasing Triad Engineering GCS Purchasing II Review of Bidding Requirements 1) Bids will be received at the GCS Purchasing Office located at 501 West Washington Street in Greensboro, NC until 2 pm Tuesday May 24, Bids will not be received at the school. Bids must be hand delivered, mailed or sent by shipping carrier. Faxed, ed or other electronically transmitted bids will not be accepted. Bids will be opened and read aloud in Rm ) Bids are formal and will be conducted under the formal procedure. 3) Bid is for a single prime contract all work required for the project is to be included in bid price. 4) Bids will be accepted from licensed contractors only. Bidders must be hold appropriate license for the work of the project in accordance the NC General Statutes and state licensing boards. 5) Attendance at the PreBid Meeting is mandatory. Bids will be accepted only from bidders attending the meeting. 6) A 5% Bid Bond is required to be submitted with the bids 7) A 100% Performance Bond and Labor and Material Payment Bond will be required for the full amount of the contract. 8) Include all sales taxes, equipment rentals, supplies, transportation, etc in the bid price. 9) Be sure to complete the Bid Form in its entirety and sign the bid. The signature must be of an officer of the company or other individual duly authorized to commit the company to a contract. 10) Include the applicable M/WSEDBE forms with the Bid Form. Failure to do so could result in the bid being ruled non-responsive and possibly rejected. Refer to the section entitled PARTICIPATION BY WOMEN AND MINORITY OWNED BUSINESSES (DK-P) of the Project Manual for requirements. Be sure to submit backup documentation to support items claimed for Good Faith Efforts with the Bid. Backup documentation should be specific and detailed to clearly support the items checked on Affidavit A. Note the 5 documents with the header stating Attach to Bid. All of these sections that are applicable to the bidder s status must be completed and submitted with the bid. Guilford County Schools goal for MWSEDBE participation is 12.46%. 11) Note that if you check Items 1 or 7 in the Good Faith Efforts Checklist, all of your supporting documentation required to show compliance with these items must also be included with your bid. If this documentation is not submitted with the bid, the points will be deducted from your Good Faith Efforts score. If your score then falls below 50 points, the bid will be rejected as non-responsive. 12) Do not modify the Bid Form in any way. Do not include any instructions for changing or interpreting the bid. The prices listed on the appropriate lines of the Bid Form will be prices submitted for the work. Any instructions to 1519_PreBid2_Agenda.docx 1 of 4

3 increase or decrease the amounts listed on the Bid Form will be disregarded and the prices listed on the Bid Form will be considered as the official bid prices offered. If there is a discrepancy between the numerical figures of a price and the written price, the written price shall govern. 13) Provide pricing for each alternate on the appropriate line of the Bid Form. 14) Provide unit pricing for each listed unit price reuest on the appropriate line. 15) Note that there is a new document that is required to be submitted with the bid. The Iran Divestiture Certification form included in the Project Manual must be executed and submitted with the bid documents. 16) Upon approval to award a contract for the project by the Board of Education, a Notice to Proceed will be issued while the contract is in the process of formal execution. This will be done to expedite the preliminary work required to initiate preliminary requirements to execute the project such as preparing issuing sub-contracts, preparing shop drawing submittals and obtaining required permits. 17) The anticipated date for issuance of Notice to Proceed is May ) The Substantial Completion date for Base Bid Cooling is August 15, 2016 with liquidated damages of $2,000 per calendar day. 19) The Substantial Completion date for completing all remaining work in finished areas of the Base Bid areas is August 20, ) The Substantial Completion date for Base Bid Heating is October 3, 2016 with liquidated damages of $2,000 per calendar day. 21) The Substantial Completion date for Alternate 1 Area Cooling is August 15, 2017 with liquidated damages of $2,000 per calendar day. 22) The Substantial Completion date for Alternate 1 Heating is October 2, 2017 with liquidated damages of $2,000 per calendar day. 23) The Final Completion Date for the entire project is November 3, 2017 with additional liquidated damages of $1000 per calendar day. 24) Addenda will be published to the GCS online planroom. Bidders will be responsible for checking the online planroom for addenda and distributing to all subcontractors and suppliers affected by the information contained in the addenda. Those obtaining plans from other sources or plan rooms must seek out and obtain addenda information from those sources. 25) Work within the boiler room, and outside the building on the project site can begin after the Notice to Proceed is issued provided the work does not disturb the educational environment. All work in other areas of the building must be performed after hours, over weekends, school holidays or school breaks unless other arrangements can be made with staff. No work will be allowed anywhere on the site on testing days during school hours. Work and building access must be closely coordinated with the school principal or designated representative. Factor this into the bid price for all work that would be affected. 26) The school will be occupied throughout the school year and must be restored to a safe and usable condition for each school day. Relocation and protection of furnishings, supplies, room finishes, as required are to be included in this contract. 27) Plans will be submitted to local authorities for permit review by the Engineer. The successful bidder will pay for and pick up the permits for the project and to insure that all subcontractors obtain permits that are required. 28) Currently, the 2016 holiday and break schedule for the school is as follows (subject to change if makeup days are required): a) May 30. 2

4 b) Jun 13-August 29 Summer Break. Note that teachers return one week earlier and staff will need time to organize the building for occupancy. 29) Use of school toilet facilities by workers will not be allowed. Temporary portable toilet facilities must be provided by the contractor for construction workers use. 30) Bidders should carefully and thoroughly review the AIA 201 General Conditions and the Supplementary General Conditions sections in the Project Manual. The vertical bars in the left margin of the AIA 201 document indicate where information has been added, deleted, or changed from the standard AIA document as originally published. Note that there is a bar beside many of the paragraphs in this document. 31) Bidders and all subcontractors performing work on the project must be properly licensed for the work as required by the applicable State Licensing Boards and local license requirements. 32) Questions prior to bidding must be submitted in writing and either mailed or ed. Questions must be received in the engineer s office no later than 3 business days prior to the scheduled bid date. Questions delivered after 5:00 pm Thursday May 19, 2016 will not be acknowledged. The last date for issuing an addendum with significant additions or changes to the project is Friday May 20, ) Bidders are encouraged to return to the site for further examination as needed prior to bid. Contact the school office to make arrangements prior to returning. The principal is Mrs. Sar Nachtrab. The school office number is (336) Bidders must plan to visit the site after 2:45 pm. Hugues Antoine can be reached at (336) if Ms. Nachtrab is not available. 34) The successful bidder shall submit a Schedule of Values and a proposed construction schedule for approval prior to beginning work. 35) All employees of the successful bidder working on site will be required to wear some form of picture ID with the company name or logo. 36) Contractor will be required to perform background checks for each employee working on the site. No persons with any history of criminal action involving children are permitted on the school campus. The file must be maintained throughout the contract period. 37) Payments for the contract will be made monthly based on work in place using AIA payment documents as outlined in the Project Manual with 5% retainage. 38) An asbestos survey of the site has been conducted to identify potential asbestos containing materials. Asbestos containing materials that are expected to be disturbed during work in this contract will be abated by Owner. However concealed asbestos could be present on the site. In the event that asbestos or suspected asbestos is found, notify Owner and Owner will have it tested and remediated as required. Additional time will be added to the contract for actual critical path delays caused by asbestos abatement procedures that are required during the contract period. 39) Owner comments related to the bid process. a) Bidders were instructed to contact Principal Nachtrab and make arrangements to visit the site after 2:45 pm. III Review of Project Specifics 1) The project Base Bid includes Areas 1&2. a) Demolish and replace the existing hydronic piping system, fan coil units, unit ventilators, exhaust fans, air handling unit, chilled water pumps, hot water boilers, pneumatic controls, and associated general construction work, electrical work, and controls work throughout the building. 3

5 IV V VI b) Demolish and replace sections of interior and exterior walls as required to access equipment in existing mechanical mezzanine mechanical rooms for demolition and installation of new equipment. Provide shoring, bracing, dust control and protection of existing finishes. Paint wall sections as indicated. c) Demolish and replace ceiling mounted lighting fixtures in areas designated for ceiling removal. d) Demolish and replace existing lay-in and plaster ceilings as required to access existing equipment and piping above the ceiling and to install new piping and equipment. e) Provide electrical wiring for all new equipment including circuits for new equipment. f) Demolish and repair roofing as required to install new roof hatches for access to mezzanine mechanical rooms for demolition and installation of new equipment and as required for new roof curbs. g) Provide a new open protocol Bacnet DDC control system for all new equipment. System will be accessible through a web browser for monitoring and adjustment with approved username and password. h) Provide professional cleaning services to provide final cleaning and dusting of the building (floors, walls, ceilings) and furnishings. 2) Alternate #1 is to replace additional light fixtures in Areas 1&2 sections of the building as identified on the plans. There is no similar alternate work in Areas 3&4. 3) Alternate #2 is to replace additional ceilings in Areas 1&2 sections of the building as identified on the plans. There is no similar alternate work in Areas 3&4. 4) Alternate #3 is to provide all work associated with Areas 3&4 of the building as identified on the plans. 5) There is a $60,000 contingency allowance that is to be included in the bid price. This contingency is to be used for costs associated with hidden or unforeseen conditions that may arise during the execution of the work. The allowance will be listed as a separate line item on payment applications until such time as it is reduced by change order to the contract. All remaining allowance at the end of the project will be returned to the project budget by executing a credit change order to the contract. Refer to the section entitled Allowances in the project manual for further details regarding the allowance. 6) There is a $10,000 allowance for supporting ceiling mounted devices when the ceiling is demolished and reinstalling on the new ceilings. 7) There is a $10,000 allowance for addressing concealed conditions above existing ceilings. These funds will be used as required to address code deficiencies that may be exposed when the ceilings are removed. Questions and Answers 1. None. Viewed existing facilities The following questions were asked during the facility review: 1. None. Meeting was adjourned. End of Minutes 4

6