Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309

Size: px
Start display at page:

Download "Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida 32309"

Transcription

1 Florida Department of Environmental Protection Bureau of Design and Construction 3540 Thomasville Road Tallahassee, Florida Rick Scott Governor Jennifer Carroll Lt. Governor Herschel T. Vinyard, Jr. Secretary November 29, 2011 NOTICE TO APPLICANTS ADDENDUM NO. ONE (1) CURRY HAMMOCK STATE PARK SHOP FACILITY DEP BID NO. BDC19-11/12 TO BIDDERS AND PLAN HOLDERS ON THE ABOVE REFERENCED PROJECT: PLEASE NOTE CONTENTS HEREIN AND AFFIX (PASTE OR STAPLE) TO BID DOCUMENTS YOU HAVE ON HAND. The following statements supersede and supplant the corresponding item in the specifications/drawings: A. A New Bid Form is included in this Addendum. The bid must be submitted on the new form (labeled Addendum #1) in order to be considered valid. Any other form will cause the bid to be disqualified. B. Question/Response 1. Question: Please clarify exactly what information from the Contractor is required by DEP prior to the Bid Opening. There are different requirements based on total valuation of the Bid, so we like to be sure we send the correct and pertinent information. Response: See page 5 in the non-technical specifications. The pre-qualification consists of evidence that the prospective Bidder s company has an active status with the FL Dept. of State (Division of Corporations) and a valid Contractor s License, 10 days prior to the Bid Opening. This is the only requirement for information PRIOR to the Bid Opening. Information to be submitted with the bid is listed on a checklist on the bid form. See page 38 of the non-technical bid specifications. 2. Question: Please provide anticipated/projected Project Duration or Projected Calendar Days to Complete the Project. DEP Bid No. BDC19-11/12, Addendum #1, Page 1 of 5

2 Response: See page 18 in the non-technical specifications. It s also in the General Specifications, pages 78 & Question: The contract documents call for us to secure the site on a 24 hour basis, however not much detail is given. Will a temporary fence be sufficient for this or must we hire a security officer to watch the area throughout the construction phase? Response: The Contractor is responsible for securing the site. This is to include whatever reasonable methods the Contractor may wish to provide. Reasonable shall be determined by Contractor and Park Management. Contractor is solely responsible for theft or vandalism while under contract. 4. Question: There is a requirement for a temporary trailer, but it is unclear as to whether a phone line and fast access internet line is required. Please clarify. Documents state cell phone use is adequate. Response: A well functioning cell phone for an authorized Contractor Foreman is adequate. A land line or internet access is not required on the jobsite. 5. Question: Are there any Davis Bacon or Prevailing wages for this project? Response: No 6. Question: Documents list Longshoreman and Harbormaster insurance, but it is not specific whether this insurance is required or not. Please clarify. Response: If the work will be performed on or adjacent to navigable waters Longshoremen s and Harbormaster s Insurance and Jones Act insurance is required. The successful bidder will be asked to supply a written statement from the insurance company attesting that it is not applicable to this project before issuance of a notice-to-proceed. 7. Question: Please clarify/provide additional information for the intended wall finish for the small dotted pattern areas shown on Elevation Sheet A500. Nothing is shown on plans/legends Response: The areas shown are cast in place concrete. Use the same finish system as the CMU walls. 8. Question: On Mechanical Sheet M-100, there is indication of a Pre-Fab Shower Unit (P-5) shown in the Plumbing Fixture Legend. The P-5 label is not shown anywhere on the Plumbing Floor Plan. Please clarify. Response: There is no shower in the building. Disregard the reference. 9. Question: Please clarify / provide additional information as to the specific Model, Type, Manufacturer, etc. for the Overhead Rolling Doors. No information is given on the plans. DEP Bid No. BDC19-11/12, Addendum #1, Page 2 of 5

3 Response: Refer to roll-up door specification Rolling Door posted with this addendum. 10. Question: The alternate roof specification (Galvalume Metal Roofing-Alternate #2) is unclear as to material choice. Please clarify. Response: The alternate roof specification (Galvalume Metal Roofing-Alternate #2) shall be replaced with an aluminum roofing system specification. Bid alternate is no longer relevant. Refer to new bid form. 11. Question: Regarding specified roofing system - there a few discrepancies listed: Series panel is 2 mechanical, not 1-3/4 snap lock. The 2000 series is the snap lock panel. 2. Neither panel comes in a 12 width for that location. 3. There is material specified as 26ga, but minimum material gauge is 24ga. 4. There is a Miami Dade product approval for the 2000 series in steel as well as aluminum. Both product approvals detail a panel width of no less than There is no Miami Dade product approval for the 2500 series in steel. There is a product approval in aluminum for a 16 panel. 6. A warranty is requested, but will not be eligible due to location of project. This project must be aluminum in order to eligible for a material warranty. Response: a new aluminum specification for the roofing system is provided. See attached roof specification. 12. Question: Please clarify if a Geo Technical/Soils Report exists for this project and, if yes, how can we obtain a copy? Response: The Geo Technical Report is posted as part of this addendum. 13. Question: Please provide additional information regarding whether or not the contractor will be responsible for any type of environmental permits, wetlands issues, etc. Response: There are no mangrove or wetland impacts on this project. 14. Question: Contract documents call for Contractor to pay for all permit costs. Can the dept. provide us with an allowance for this item to be added to the base bid such as $5,000.00? The permit coat can vary and this will give everyone the same scope. Any money not used can be reimbursed to the owner. Please advise. Response: The following permits have been obtained: 1) State Fire Marshal, 2) South Florida Water Management District No-Notice-General, 3) Department of Health (sewer). The contractor is required to obtain & pay for a building permit from the City of Marathon Contractor is to contact the city for this cost. The permit has already been applied for and approved. The successful contractor will go to the city, pay the fees and pick up the permit. 15. Question: Plans indicate 2 power pedestals at the RV park area. Please provide a spec or detail for it. DEP Bid No. BDC19-11/12, Addendum #1, Page 3 of 5

4 Response: Pedestals are to match existing as used in the RV camping area. Square D TAK 75 PG. They have a 50, 30, and 20 amp GFI. 16. Question: Please clarify what size Heat Pump Unit you are requesting. Plans states 2 ton, but the CFM is CFM s is equal to 3 tons. The ductwork is designed for 550 CFM s. This is equal to tons. We believe the duct size is too minimal. There is no outside air for the AC system. This is a code requirement. Response: The Heat Pump Unit note on sheet M100 shall read MINIMUM 2 ton. The final unit size shall determined by the mechanical system contractor/installer. The mechanical system contractor/installer shall provide all final design drawings and energy calculation forms based on their final design which are required to secure a construction permit for the system. The contractor shall be responsible for providing all labor and materials necessary to install a code compliant, operational system. Refer to sheet M200 for specifications. 17. NOTE: Refer to detail SD-1 for window and door impact shutter detail. Shutters shall be provided for all exterior windows and glazed, exterior doors. Contractor shall furnish all labor and material to install noted shutters as part of the Base Bid. 18. NOTE: Utility Service Plan Sheet E200: Aerial service drop not to be used. Service shall be buried. See the following: Contractor shall install a concrete utility pole adjacent to existing utility pole and shall establish service to this new pole with a new electrical meter / meter box. Electrical power for the shop is to come from this new utility pole service. There shall be a 230 linear foot underground utility conduit installed as part of this project. Conduit shall be 4" diameter buried a minimum of 36" to top of conduit. Sweeps shall be used for any change in direction of the conduit. There shall be a second communications conduit installed within the same trench at a dept of 30". This conduit shall be 2" in diameter. Sweeps shall be used for any change in direction of the conduit. Both power conduit and communications conduit shall terminate within a utility room within the new 3 bay shop. Both conduits shall be run up through the floor - power conduit shall be placed directly below the main panel, and the communications conduit shall be run up through the floor and terminate 12" above the finished floor a minimum of 12" away from the power conduit. There shall be a third 1-1/2" diameter communications conduit installed within the trench dug for the sewer line. This conduit shall begin in the utility room of the new shop and terminate within the existing ranger station. Conduit shall run DEP Bid No. BDC19-11/12, Addendum #1, Page 4 of 5

5 under the roadway, and enter the ranger station near the electrical panel area adjacent to the phone line. See accompanying plan sheet (UTILITY LAYOUT.pdf) for more information. In all cases, work shall be done as described above, or as required by local codes. Local codes shall prevail in any conflict. In all other respects, the contract documents of which this is an Addendum, and attachments relative thereto, shall remain in full force and effect. NOTICE It will be required that this addendum be signed in acknowledgment of receipt and that it be attached to Bid when same is submitted to Michael Renard, Construction Projects Administrator II, Bureau of Design and Construction, 3540 Thomasville Road, Tallahassee, Florida Failure to do so may be grounds for rejection of the Bid Signature of Contractor and Date DEP Bid No. BDC19-11/12, Addendum #1, Page 5 of 5