ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:

Size: px
Start display at page:

Download "ADDENDUM NO. 1. X is not extended, remains: 2:00 p.m. _ is extended until: _ posting date is extended until:"

Transcription

1 ADDENDUM NO. 1 ISSUE DATE: 5/17/2017 FSCJ ITB NUMBER: 2017C-40 FSCJ BID TITLE: Roof Repair Deerwood Center The above numbered solicitation is amended as follows: Attachment A Clarifications, Questions and Answers Attachment B Specification Clarifications prepared by Akel, Logan & Shafer dated 5/15/17 Attachment C Sign-In Sheet from Public Meeting held on May 2, 10:00 a.m. Attachment D Construction Bid Pick-up List a.k.a. Plan Holders List (As of 5/16/17) Attachment E Addendum 1 - REVISED PROPOSAL FORM The hour and date specified for receipt of bids: X is not extended, remains: 2:00 p.m. _ is extended until: posting date is extended until: Except as provided herein, all terms and conditions of the solicitation, including changes made by all prior addenda (if any), remain unchanged and in full force and effect. Bidders must acknowledge receipt of this addendum prior to the time set for receipt and opening of bids as specified in the solicitation, or as amended, by one of the following methods: (a) (b) (c) By signing and returning one copy of this addendum. By acknowledging receipt on the copy of the bid submitted. By separate letter, telegram, telephone facsimile ( ), or referencing the solicitation and addendum numbers. purchasing@fscj.edu FAILURE TO ACKNOWLEDGE RECEIPT OF THIS ADDENDUM PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If, by virtue of this addendum, you desire to change an offer already submitted, such change may be made by telegram or letter, provided such telegram or letter makes reference to the solicitation and this addendum and is received prior to the opening hour and date specified. Randi Brokvist Executive Director of Purchasing (Complete this portion) TO BE RESPONSIVE ALL BIDDERS MUST ACKNOWLEDGE RECEIPT OF ADDENDUM #1 COMPANY: SIGNATURE: TITLE: DATE:

2 FSCJ ITB #2017C-40 Attachment #A FSCJ BID TITLE- Roof Repair Deerwood Center ADDENDUM NO The Question/Clarification time has expired. CLARIFICATIONS 2. Bidders are to note the clarifications from the Pre-bid meeting attached as Attachment B as supplied by Akel, Logan & Shafer dated May 15, Bidders are to be advised to submit the proposal utilizing Attachment #E titled Addendum 1 REVISED PROPOSAL FORM and all required documentation. QUESTIONS AND ANSWERS Question 1: Response 1: Would the College consider an alternate product? We have reviewed the documentation for the requested additional roofing material and have the following comment: The project specifications require that the roofer be a certified installer for one or more of the specified roofing products. Each of the specified roofing products has an installer certification program and only sell the products to certified installers as part of their warranty program for quality control. We are not familiar enough with Certainteed to know if they have a similar program and no information was submitted regarding such a program. Therefore, this product is acceptable if Certainteed has an installer certification program and only sells their products to certified installers as part of their warranty program. Question 2: Response 2: Would you consider a TPO roof recover in lieu of the specified modified bitumen roof? The use of a 115 mil fleece back TPO membrane adhered with low rise foam adhesive to the existing modified bitumen roof. With this system we could offer a 20 year NDL warranty with puncture coverage. The foam adhered fleece back TPO is a much cleaner roof installation, no VOCs and has a high SRI value to help with HVAC cost. We believe the TPO roof could be installed for the same or less cost than the specified roof and in less time. Here are links to similar facilities where we have installed TPO fleece back systems over the existing roofs. This product is denied as an equal equivalent to the specified roofing material. Page 2 of 3

3 2017C-40 Roof Repair - Deerwood Center ATTACHMENT B ADDENDUM NO. 1 May 15, 2017 Roof Repairs Deerwood Center 9911 Old Baymeadows Road Jacksonville, Florida A/E No. 1607A TO: ALL BIDDERS OF RECORD Acknowledge receipt of this Addendum by inserting its number in the Proposal Form. Failure to do so may subject Bidder to disqualification. This Addendum forms a part of the Contract Documents and modifies the original specifications and drawings. SPECIFICATIONS 1. Delete Section ; Unit Prices and substitute the attached revised section. 2. Section ; Modified Bituminous Membrane Roofing. A. Delete sub-paragraph 1.03, B, 2 (Home office within 100 miles of the project site). END OF ADDENDUM NO. 1 AKEL LOGAN SHAFER ARCHITECTS AND PLANNERS 704 Rosselle Street, Jacksonville, Florida Telephone: (904) / Fax: (904) A AD1-1

4 2017C-40 Roof Repair - Deerwood Center ATTACHMENT B SECTION UNIT PRICES PART I - GENERAL 1.01 SCOPE A. The unit prices listed below affect the scope of the work of this project. B. Bidder shall include a separate price for each unit price in the Proposal. C. Failure to do so may be sufficient cause to reject the Proposal BASE BID A. The Base Bid shall be a lump sum price for the entire project as required by the Contract Documents including all quantities listed below. The Contractor shall be responsible for documenting actual quantities used. Quantities required that exceed quantities specified, shall be approved in writing by the Owner prior to proceeding with he work. Adjustments to either increase or decrease the quantities listed below shall be authorized by change order UNIT PRICE 1 A. The Base Bid shall include selective removal of and replacement of wet or water damaged rigid insulation and associated roof membrane and replacement with new rigid polyicocyanurate insulation and roof membrane to fill voids at locations of removed insulation. Refer to Section ; Thermographic Roof Moisture Survey and the accompanying report regarding locations of suspected wet or water damaged insulation. Refer to Section ; Modified Bitumenous Membrane Roofing for replacement insulation and roof membrane specifications. Include removal and replacement of 36,000 board feet of insulation and roof membrane area in the Base Bid. The unit price will be a price per board foot to be added to the Base Bid for work required that is in excess of the stated Base Bid quantity or to be deducted from the Base Bid for quantities not required based on actual field conditions. End of Section 1607A

5

6

7

8

9

10

11

12 ADDENDUM 1 REVISED PROPOSAL FORM Attachment #E PROJECT: ITB #2017C-40 Roof Repairs Deerwood Center Date: Name of Bidder: Address: To: District Board of Trustees c/o Executive Director of Purchasing Florida State College at Jacksonville 501 West State Street Jacksonville, Florida have received and reviewed a complete set of the Contract Documents for the project titled above, including addenda through Bidder in submitting this Proposal attests full agreement to the following: 1. TO BE RESPONSIVE: Bidder shall accomplish the work in strict compliance in accordance with the specifications including but not limited to the Special Specification Requirements listed below: State required licensure to perform scope of work: Current Licensure Requirements Attached? Florida Roofing and/or General Contractors License to perform Scope of Work as define herein Yes Duval County/City of Jacksonville Business Tax Receipt Florida Department of State issued Certificate of Incorporation Yes Yes Define below the manufacturer of product bidder included in bid submission. Bidder supplied Certification as the proposed manufacturer s applicator in accordance with Specification Section , Part I, paragraph 1.03.B.3. Attached? Yes No Is your bid fully complying with all ITB #2017C-40 specification requirements? Agreed? Yes No 2. To hold this quoted bid prices firm and fixed for sixty (60) days after the date of pubic opening of bids; 3. To accept the provisions of "Instructions to Bidders" regarding the disposition and forfeiture of the Proposal Guarantee; 4. To enter into and execute Contract #2017C-40 with the Owner, if awarded on the basis of this Proposal, and if the cumulative award exceeds $200,000 to furnish the Owner a Contract 100% Performance and Payment Bond from a surety authorized to do business in Florida that complies with Section F.S. and Insurance Certificate (as specified) in the Contract Documents; 5. To complete the work in accordance with the Contract Documents; without exception or exclusion. 6. To complete the work in accordance with the Contract Time specified in the section titled "Supplementary Conditions", Contract Time.

13 ADDENDUM 1 REVISED PROPOSAL FORM Attachment #E (Continuation) LUMP SUM BASE BID Proposed lump sum price for the work complete and acceptable except for work set forth in the Alternate Bid Items, if any, as defined in Section , Part I, paragraph 1.02, A: Amount written out: Dollars ($ ) Unit Price Bid: The unit price will be a price per BOARD FOOT to be added to the Lump Sum Base Bid for work required that is in excess of the stated Base Bid quantities OR to be deduced from the Base Bid for quantities NOT required based on actual field conditions as defined in Section , Part I, paragraph 1.03, A. As revised in Addendum language for Section ; Alternates. Amount written out: Dollars ($ )

14 ADDENDUM 1 REVISED PROPOSAL FORM Attachment #E (Continuation) Basis of Award The College reserves the right to recommend award of this solicitation based on a Lump Sum Base bid or any Combination of Lump Sum Base bid and alternates as deemed in the Colleges Best interest. The required Proposal Guarantee is attached hereto? Yes No Respectfully submitted by Bidder: Officer Signature and Title Print Officer Name SEAL: Attest: Area Code/Telephone No Extension Fax Witness: Individual trading in own name Individual trading under firm name Co-partners trading under firm name Corporation - State of, Principal Office President (Name) (Address) Secretary Treasurer

15 Florida State College at Jacksonville is a member of the Florida College System and is not affiliated with any other public or private university or college in Florida or elsewhere. Florida State College at Jacksonville does not discriminate against any person on the basis of race, color, ethnicity, genetic information, national origin, religion, gender, marital status, disability, or age in its programs or activities. Inquiries regarding the non-discrimination policies may be directed to the College s Equity Officer, 501 West State Street, Jacksonville, Florida (904) equityofficer@fscj.edu. Florida State College at Jacksonville is accredited by the Southern Association of Colleges and Schools Commission on Colleges to award the baccalaureate and associate degree. Contact the Commission on Colleges at 1866 Southern Lane, Decatur, Georgia , or call (404) for questions about the accreditation of Florida State College at Jacksonville. The Commission is to be contacted only if there is evidence that appears to support an institution s significant non-compliance with a requirement or standard. Page 3 of 3