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 September 22, 2014 TEC File No: 1421 RE: Boiler Plant Replacement for Page High School Greensboro, NC ADDENDUM No. 1: 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 planholders and planrooms that were sent a set of bid documents. 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 bid date is changed to Tuesday, September 30, The time will still be 2:00 pm. 2. See the attached PreBid Meeting Minutes document attached to this addendum. 3. See the attached PreBid Meeting Sign-in form attached to this addendum. END OF ADDENDUM Attachments: PreBid Meeting Minutes (4 pages) PreBid Sign-in Sheet (1 page) 1421_Add01.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 Boiler Plant Replacement for Page High School Greensboro, NC September 22, 2014 Meeting Date: September 19, 2014 TEC File No: 1421 PreBid Meeting Minutes I Welcome and Introductions Perry Gulledge Hugues Antoine Larry Snider Triad Engineering GCS Maintenance GCS Maintenance 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 Friday Sept. 26, 2014 (note change in Addendum #1 to Tuesday September 20). 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 100. Allow time to obtain a parking pass from the receptionist for your vehicle prior to the bid opening. Vehicles parked in the GCS parking lot without a parking pass are subject to being towed. 2) 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 either licensed General Contractors or licensed Mechanical Contractors. 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) The anticipated date for issuance of Notice to Proceed is October ) The Substantial Completion date is January 31, 2015 with liquidated damages of $1,500 per calendar day. 12) The Final Completion Date is February 28, 2015 with additional liquidated damages of $750 per calendar day. 13) 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 sections with the header stating Attach to Bid. All of these sections applicable to the bidder s status must be completed and submitted with the bid. 14) 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 1421_PreBid_Minutes.doc 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. 15) Addenda will be furnished to plan rooms and planholders that have obtained a full set of Bid Documents through our office or Duncan Parnell printers. The Planholders are listed on the planroom web site. These are all the planholders known to our office. Those obtaining plans from other sources or plan rooms must seek out and obtain addenda information from those sources. 16) The bid must be approved for contract award by the School Board. The earliest expected date for a Notice to Proceed after Board approval would be October ) Work within the boiler room, in utility tunnels, 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. No work will be allowed anywhere on the site during school hours on testing days. 18) The school will be occupied throughout the construction period and must be restored to a safe and usable condition for each school day. 19) Plans will be submitted to local authorities for permit review by the Engineer. The successful bidder will need to pay for and pick up the permits for the project and to insure that all subcontractors obtain permits that are required. 20) Note that the school will be in operation throughout the school year. Work and building access must be closely coordinated with the school principal or designated representative. All work in student or staff occupied areas must be performed after normal school hours, over weekends school holidays or school breaks unless other arrangements can be made with staff. Factor this into the bid price for all work that would be affected. 21) Currently, the holiday and break schedule for the school is as follows (subject to change if makeup days are required): a) Holidays on Tuesday Nov 11, Thur. Nov 27, and Fri Nov 28 b) Winter Break from Mon Dec 22 through Fri Jan 2. c) Holiday on Mon. Jan ) 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. 23) 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. 24) Bidder 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. 25) Questions prior to bidding must be submitted in writing and either ed, or mailed. Questions must be received in the engineer s office no later than 4 days prior to the scheduled bid date. Questions delivered after 5:00 pm Mon Sept. 22, 2014 will not be acknowledged. The last date for issuing an addendum with significant additions or changes to the project is Tuesday Sept 23, ) 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 Ms. Patrice Faison. The school office number is (336) Bidders must plan to visit the site after 4:00 pm. Larry Snider can be reached at 336 Hugues Antoine can be reached at if Ms. Faison is not available. 2

4 27) The successful bidder shall submit a Schedule of Values and a proposed construction schedule for approval prior to beginning work. 28) 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. 29) Contractor will be required to furnish 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. 30) 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. 31) Owner comments related to the bid process. a) Bidders were instructed to contact Principal Faison, Larry Snider, or Hugues Antoine to make arrangements to visit the site after 4:00 pm on school days. b) Mr. Antoine noted that the access to the kitchen dock must be kept clear during the construction period for truck delivery access. III Review of Project Specifics 1) The project Base Bid includes: a) Replacement of existing condensate return units in utility tunnels and basement rooms on the campus: b) Demolition of existing steam boilers, flues, and selected sections of piping: c) Clearing of existing drain piping from floor drains in the boiler room floor and pit floor: d) Installation of temporary piping to connect to the owner furnished rental portable boiler plant that will be located beside the existing boiler room: e) New low pressure steam sectional cast iron boilers installed on new elevated concrete pads: f) New stub stacks through the existing roof and capping of existing 75 chimney: g) New boiler feed units and associated pumped condensate return piping, makeup water piping, feedwater piping, and wiring to pump controllers on the new boilers; h) New blowdown separator to cool blowdown water from boiler, pump controller, and water column piping; i) New gas piping, steam piping, condensate piping, drain piping, j) New gas monitor to monitor for carbon monoxide and natural gas presence in the room: k) Integration of new boilers, pressure sensor, and gas monitor with existing DDC controls system; l) Electrical work as required to disconnect old equipment, to connect temporary equipment, and to connect new equipment: m) Sequencing all work around the occupancy schedule of the school and existing piping that remains: n) Removal of temporary piping and wiring to rental boiler plant when new boilers are online. 2) The existing chillers and associated pumps, piping, tanks, etc will remain and must be protected during construction. 3) There are currently no alternate bids in the package. 4) There is a $25,000 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. 3

5 IV V VI 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. 5) An asbestos survey of the site has been conducted to identify potential asbestos containing materials. Accessible asbestos containing materials that have been identified have been 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. Questions and Answers 1. None. Viewed existing facilities The following questions were asked during the facility review: 1. It was noted that the temporary boiler plant blocks access to the kitchen dock. Bidders were instructed to bid the project based on the location and layout of the temporary boiler plant unless there is a change by addendum. 2. It was noted that the existing boiler room makeup water circuit backflow preventer does not have a current inspection ticket affixed to the valve. The water service backflow preventer is due for testing and certification. P. Gulledge recommended H. Antoine have both backflow preventers tested and certified before work begins under this contract. 3. A question was asked about whether the existing roof is warranted and if so who is the warranty holder. Information on the roof warranty status will be forthcoming. Meeting was adjourned. End of Minutes 4

6