Department of Public Safety

Size: px
Start display at page:

Download "Department of Public Safety"

Transcription

1 GOVERNOR BILL WALKER Department of Public Safety DIVISION OF ADMINISTRATIVE SERVICES Procurement - Supply Section 4805 Dr. Martin Luther King Jr. Avenue Anchorage, Alaska Direct: To: ALL BIDDERS Date: November 20, 2017 Project: Dispatch Center Relocation, Fairbanks Project No.: CHANGES: ADDENDA #2 1) The ITB proposal deadline is changed to: Thursday, November 30, 1:30 p.m. Alaska Local Time. 2) The Contract Documents for Alaska State Troopers Dispatch Relocation, Fairbanks, Alaska are amended as follows; all other terms and conditions remain unchanged. Reference Change A901: CHANGE room finish schedule for Corridor 64.1 floor to be carpet. A901: CHANGE roof finish schedule for Restroom floor and base to be CT/(E). A201: ADD general note All disturbed lawn areas to be restored by the following means: Install 2 inches of topsoil, fine grade, roll and scarify. Install seed lawn mixture (50 percent Kenai Kentucky Bluegrass- 25 percent Creeping Red Fescue- 25 percent perennial Ryegrass) at a rate of 5 lbs. per 1,000 sf. Apply 12 pounds of fertilizer per 1,000 sf at the time of seeding. A201: ADD to keynote 2 Coat hook basis of design is Bobrick B-682 hat and coat hook. 2/A401: ADD general note Asbestos board removal to terminate at the point of sloped transition on north exterior wall detail 2/A401. Provide trim at existing to new siding joint. 10/A801: ADD general note Concealed bracket or semi-concealed bracket is basis of design. Contractor to provide bracket system to support 25-inch deep dispatch counter. 3) Remove and Replace: Section Invitation to Bid Pg. 1 dated 11/1/2017 with enclosed Section Invitation to Bid Pg. 1-Addendum #2 dated ) Remove and Replace: Section Proposal Pg. 1with enclosed Section Proposal Pg. 1-Addendum #2.

2 QUESTIONS & ANSWERS: Q1: The existing flooring in corridor 64.1 is glued down, remove and reuse will be difficult. Is there spare/leftover material that can be used instead? A: Spare leftover flooring material not available. Remove and provide new floor finish to match existing. CHANGE room finish schedule for Corridor 64.1 floor to be Carpet. Q2: Are there any work restrictions (noise, night work, etc...) that need to be taken into consideration? A: Take steps to minimize noise. Night work is not required, although is available if desired by the contractor. Q3: What is the existing slab thickness in the corridor 64.1? A: Assume a floor thickness of 4 inches. Q4: Detail 2/A401 appears to show the asbestos board removal/new siding stops where the existing siding begins to slope down with the edge of the berm, please confirm extent of scope of work. A: Asbestos board removal to terminate at the point of sloped transition on north exterior wall detail 2/A401. Provide trim at existing to new siding joint. Q5: Is there a structural detail for the concrete trench infill? A: No detail is available Q6: Are there any as-built drawings for review? A: No Q7: Are there any known utilities running in or under the area of the concrete trench? A: No known utilities are in the area of the concrete trench Q8: Is there a basis of design or detail for the OFCI dispatch consoles? A: The basis of design is Mercury Dispatch Consoles with Environment Control Package. See enclosed Appendix A for details. Q9: Is there a size and attachment detail for the dispatch counter brackets? A: Concealed bracket or semi-concealed bracket is basis of design. Contractor to provide bracket system to support 25-inch deep dispatch counter. Q10: Please confirm number of access doors required on the walls. A: No wall access doors are expected. Provide access doors where necessary for operable items, and items requiring maintenance in accordance with specifications.

3 Q11: Please confirm existing flooring and cove base in Room 80 is to be removed and new to be installed. A: Existing flooring, cove base and accessories to be removed in rooms 78 and 80. Prepare all floors to receive new finishes as scheduled. Provide new floor finish and base as indicated on sheet A900. Q12: Confirm existing painted floor in Storage Room 80.1 is to remain as-is and new floor to be installed directly on top. A: Existing cove base and accessories to be removed in room Remove existing floor paint in room 80.1 as require for installation of floor finish as scheduled. Prepare all floors to receive new finishes as scheduled. Provide new floor finish and base as indicated on sheet A900. Q13: Please confirm wooden coat structure and other miscellaneous owner items will be removed prior to construction or by others. A: The wooden coat structure and other miscellaneous owner items will be removed by the owner prior to construction. Q14: Is there a basis of design for coat hooks? A: Coat hook basis of design is Bobrick B-682 hat and coat hook. Q15: Room finish schedule per A901 states to reinstall existing flooring in restroom. Please confirm intent is to reinstall existing tile removed to allow concrete trenching. A: In areas where ceramic tile has been removed, provide new ceramic tile floor, cove base and wall tiles to match existing. CHANGE roof finish schedule for Restroom floor and base to be CT/(E). Q16: Is there a spec for the top soil and seeding? A: All disturbed lawn areas to be restored by the following means: Install 2 inches of topsoil, fine grade, roll and scarify. Install seed lawn mixture (50 percent Kenai Kentucky Bluegrass- 25 percent Creeping Red Fescue- 25 percent perennial Ryegrass) at a rate of 5 lbs. per 1,000 sf. Apply 12 pounds of fertilizer per 1,000 sf at the time of seeding. Q17: Drawing E302 shows a #3/0 Bare ground going to the penthouse. It appears this goes through one of the existing 4" sleeves is that correct or will we have to core drill a new hole? Also can you confirm the #3/0 is not required to be in conduit from the Dispatch IT/Data room to the penthouse. A: The grounding conductor will run through one of the existing 4 sleeves and conduit is not required. Q18: There does not appear to be an electrical circuit for the fire alarm annunciator, can one be provided? A: Power for the annunciator is 24 VDC system power from the fire alarm control panel via a 2 conductor non-shielded cable with ground. This is run in series with another existing annunciator located in main building entrance.

4 Q19: E301 shows 2 each 4 conduits stubbed at the west wall of room 80.2, can you confirm that 2 additional 4 conduits will be required for the IT racks in the center of the room? A: Additional 4 conduits to the IT racks in the center of the room are not required. Q20: Page 1, Proposal states that the project is to be substantially complete within 75 days from NTP with Final Completion by February 28, Is 75 days adequate considering requirements for dirt work and seeding? A: All work except for topsoil and seeding to be substantially complete by February 28, Topsoil and seeding work to be completed by July 15, Q21: Spec section Utilities Coordination states that both the department and contractor are to provide utilities to the building. Please confirm who provides the utilities for this project. A: No new utilities are anticipated, but if required, contractor to provide. Q22: Spec section , please confirm SWPPP is required for this project. A: SWPPP is not required as the site disturbance is less than 1 acre. Q23: Spec section pre-construction structure assessments please confirm this is applicable to this project. A: No pre-construction structure assessments are required for this project. Q24: The specs say the workers onsite need to go through level two security awareness training. Can you tell me how much the training is and how long the course is for estimating purposes? If it is not through the state can you direct me to an approved site? A: The Level Two Security Awareness Training is offered online by the State. For an average literate person the course usually takes about 30 mins to complete. Q25: Spec section personnel security clearance, who is responsible for paying for the background checks? A: There is no cost associated with the background checks processed by Department of Public Safety (DPS). As part of background check process the contractor s onsite personnel are required to provide their fingerprint information. If for any reason the contractor wishes to provide fingerprint information via a private agency, then all costs associated to provide fingerprint information to (DPS) will be contractor s responsibility. Q26: Information about Level Two Security Awareness Training. A: LEVEL TWO SECURITY AWARENESS TRAINING: The contractor s onsite personnel are required to complete the Level Two Security Awareness Training which is offered online. Once an individual is granted final security clearance, they are required to complete the Level Two Security Awareness Training within six weeks of obtaining their final personnel security clearance.

5 Onsite personnel are required to provide an address where they will be provided a link to complete the Level Two Security Awareness Training. Each individual taking the online Level Two Security Awareness Training shall have a unique address. The same address cannot be used for multiple individuals when taking the online Level Two Security Awareness Training. If an individual does not have an address, the individual shall contact the Procurement Officer to arrange to receive the Level Two Security Awareness Training via PowerPoint. After an individual has completed the Level Two Security Awareness Training, the Level Two Security Awareness Training must be completed every two years thereafter. The contractor is responsible for providing a copy of the Level Two Security Awareness Training certificate of completion document to the Procurement Officer to be filed in the contract file. Q27: A/c unit is long-lead item, with production time being 4 weeks and shipping another 6 weeks, per Stienbaugh. Depending on how long it takes for the State to issue the NTP and review submittals, this might be an issue as to the proposed final being 2/28. Shall we look into another brand? A: Alternate brand A/C units are acceptable as long as all specifications are met and it is an or equal product Q28: It appears that the room has been saturated leaking through the exterior wall. Has mold testing been done? A: No visual mold is evident and no testing has been performed. Contractor to assume no mold is present and no testing is required. Q29: Lockers are long lead, 8-12 weeks according to Iris at Architectural Hardware Supply. Can these be installed as a punch item, as they probably won t arrive in time? A: Locker delivery is accepted and installation as a punch list item due to long lead time. Bidders are required to acknowledge receipt of this addendum on the proposal form. If you do not acknowledge receipt of this addendum your bid will be considered non-responsive. For any questions, please contact: Benhur Kothapalley Building Management Specialist SOA - Dept. of Public Safety Division of Administrative Services Supply Section 4805 Martin Luther King Jr. Avenue, Anchorage, Alaska Ph.: (907) ; Cell: (907) ; benhur.kothapalley@alaska.gov See enclosed attachments END OF ADDENDUM #2

6 STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY Division of Administrative Services, Procurement-Supply Section INVITATION TO BID for Construction Contract Dispatch Center Relocation, Fairbanks Project No Date November 20, 2017 Location of Project: Contracting Officer: Issuing Office: Fairbanks, Alaska Benhur Kothapalley, Building Management Specialist Department of Public Safety State Funded [ X ] Federal Aid [ ] Description of Work: This State funded project will includes remodeling of an existing office and storage space to facilitate a 911 dispatch center with a new IT/Data room. The Engineer s Estimate is between $380,000 and $400,000 All work shall be substantially completed by February 28, 2018 except for top soil and seeding. Interim Completion dates, if applicable, will be shown in the General Requirements. Bidders are invited to submit sealed bids, in single copy, for furnishing all labor, equipment, and materials and for performing all work for the project described above. Bids will be opened publicly at 1:30 p.m. local time, in the conference room, 5700 East Tudor Road, Anchorage, Alaska on November 30, SUBMISSION OF BIDS ALL BIDS INCLUDING ANY AMENDMENTS OR WITHDRAWALS MUST BE RECEIVED PRIOR TO BID OPENING. BIDS SHALL BE SUBMITTED ON THE FORMS FURNISHED AND MUST BE IN A SEALED ENVELOPE MARKED AS FOLLOWS: Bid for Project: Dispatch Center Relocation, Fairbanks Project No ATTN: Benhur Kothapalley State of Alaska Department of Public Safety/Procurement- Supply Section 4805 Dr. Martin Luther King Jr. Ave. Anchorage, AK Bids, amendments or withdrawals transmitted by mail must be received in the above specified address no later than 2 hours prior to the scheduled time of bid opening. Hand-delivered bids, amendments or withdrawals must be received by the Benhur Kothapalley, Contracting Officer at the Procurement-Supply Section, 4805 Dr. Martin Luther King Jr. Ave., no later than 2 hours prior to the scheduled time of bid opening. Faxed bid amendments must be addressed to Benhur Kothapalley, Contracting Officer. Fax number: (907) A bid guaranty is required with each bid in the amount of 5% of the amount bid. (Alternate bid items as well as supplemental bid items appearing on the bid schedule shall be included as part of the total amount bid when determining the amount of bid guaranty required for the project.) The Department hereby notifies all bidders that it will affirmatively insure that in any contract entered into pursuant to this Invitation, Disadvantaged Business Enterprises (DBEs) will be afforded full opportunity to submit bids and will not be discriminated against on the grounds of race, color, national origin, or sex in consideration for an award. Form 25D-7 (8/01) Page 1 Addendum #2

7 STATE OF ALASKA DEPARTMENT OF PUBLIC SAFETY Division of Administrative Services, Procurement-Supply Section PROPOSAL of NAME ADDRESS To the CONTRACTING OFFICER, DEPARTMENT OF PUBLIC SAFETY: In compliance with your Invitation To Bid dated November 20, 2017, the Undersigned proposes to furnish and deliver all the materials and do all the work and labor required in the construction of Project: Dispatch Center Relocation, Fairbanks Project No Located at Fairbanks, Alaska, according to the plans and specifications and for the amount and prices named herein as indicated on the Bid Schedule consisting of One sheet, which is made a part of this Bid. The Undersigned declares that he has carefully examined the contract requirements and that he has made a personal examination of the site of the work; that he understands that the quantities, where such are specified in the Bid Schedule or on the plans for this project, are approximate only and subject to increase or decrease, and that he is willing to perform increased or decreased quantities of work at unit prices bid under the conditions set forth in the Contract Documents. The Undersigned hereby agrees to execute the said contract and bonds within fifteen calendar days, or such further time as may be allowed in writing by the Contracting Officer, after receiving notification of the acceptance of this proposal, and it is hereby mutually understood and agreed that in case the Undersigned does not, the accompanying bid guarantee shall be forfeited to the State of Alaska, Department of Public Safety as liquidated damages, and the said Contracting officer may proceed to award the contract to others. The Undersigned agrees to commence the work within 10 calendar days after the effective date of Notice to Proceed and to substantially complete all work by February 28, 2018 except for topsoil and seeding, unless extended in writing by the Contracting Officer. Topsoil and seeding work must be completed by July 15, Final inspection and completion for all work except top soil and seeding shall be on or before March 15, 2018, unless extended in writing by the Contracting Officer. The Undersigned proposes to furnish Payment Bond in the amount of 50% (of the contract) and Performance Bond in the amount of 50% (of the contract), as surety conditioned for the full, complete and faithful performance of this contract. Form 25D-9A (07/03) Page 1 Addendum #2