DATE: December 15, 2009 BID NO.: FWC 09/ CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM

Similar documents
I N V I T A T I O N T O B I D City and Borough of Wrangell Premanufactured Restroom

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

See attached answers to questions and requests for clarification received.

Addendum #1. January 22, 2018

BIDDING SHEET CHECKLIST--SUBCONTRACTORS AND SUPPLIERS SUBCONTRACTOR/ PHONE DATES SUPPLIER NAME: CALLED BID. Sample

INVITATION TO BID CITY OF HOPKINSVILLE

229 Rehoboth Avenue Telephone P.O. Box 1163 Fax

A D D E N D U M T O B I D PRE-ENGINEERED METAL BUILDING

City Of Mendota Construction Procedures

REQUEST FOR PROPOSALS March 4, 2010 PROJECT OVERVIEW:

Certificate of Use Application Package

ADDENDUM NO. 1. TO SCOPE OF WORK: Section 0220, Form 01004/5

Application for Commercial Plan Review and Building Permit. Address:

Basic Information for Obtaining Permits, Submitting Plans, Scheduling Inspections, etc.

Spring Lake Public Schools. Spring Lake, MI. March RE: High School Storage Buildings

Procurement Department Bid Office Customer Center 1 st Floor, Room W. Church Street Jacksonville, Florida 32202

ADDENDUM A CONSTRUCTION SPECIFICATIONS

This Addendum Number One forms part of the Contract Documents and modifies the original Bidding Documents dated June 8, 2016.

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

Work Order (Bid Form) Upper East Tennessee Human Development Agency

RIVERSIDE CHURCH OF CHRIST. Lafayette, LA

DIVISION 22 PLUMBING SECTION INTERIOR SANITARY WASTE AND VENT PIPING SYSTEM

Invitation for Bid. City of Urbana, Ohio. Restroom/Storage Facility Melvin Miller Park 731 Children s Home Road, Urbana, OH 43078

ADDENDUM NO. 03 TO SPECIFICATIONS AND CONTRACT DOCUMENTS FOR JAXPORT CRUISE TERMINAL VIP ROOM RENOVATIONS JPA CONTRACT NO.

CITY OF RICHMOND PINE CAMP COMMUNITY CENTER ROOF REPLACEMENT PROJECT RCS PROJECT NO

RESIDENTIAL BUILDING PERMIT GUIDE FOR MULTI-FAMILY DWELLINGS

SEMINOLE TRIBE OF FLORIDA

BOONE COUNTY PUBLIC LIBRARY (859) 342-BOOK (2665)

SECTION DEMOLITION WASTE MANAGEMENT AND DISPOSAL

Action Recommendation: Budget Impact:

VILLAGE OF MARATHON CITY MARATHON COUNTY WISCONSIN

1 AND 2 FAMILY DWELLING REQUIREMENTS

Proud of its Heritage, Preparing for its Future

FLORIDA DEPARTMENT OF TRANSPORTATION

TECHNICAL QUESTIONS FOR ITB-DOT-17/ LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

NOTICE TO BIDDERS FOR THE

ATTACHMENT A. Bid # 6793

PERMIT SUBMITTAL GUIDE FOR COMMERCIAL PROJECTS

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

C o u n t y o f F a i r f a x, V i r g i n i a

April 11, 2017 INVITATION TO TENDER ITT No. PS CONTRACTOR FOR MARPOLE PLACE RESTORATION. ADDENDUM No. 5

Florida Army National Guard Construction Facilities Management Office. Scope of Work:

METROPOLITAN PIER AND EXPOSITION AUTHORITY INVITATION FOR BIDS (IFB) # M OFFICE BUILD OUT, 5 TH FLOOR OF ABC BUILDING ADDENDUM NO.

LANSING HOUSING COMMISSION NOTICE OF REQUEST FOR PROPOSALS RFP No

Item # 1: Attached are the revised Table of Contents and Specifications added: Section Cabinets and Vanities

Request for Proposal

SUBSTANTIAL IMPROVEMENT OR SUBSTANTIAL DAMAGE Information and Required Forms for Structures in Flood Zones AE & VE

NOTICE TO BIDDERS FOR THE

Alameda County Waste Management Authority Model Specification Update March 2004 SECTION CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT

COMMUNITY ACTION CHIP LEAD PROGRAM Bids due to Community Action ATTN: BERNADETTE JOHNSON 175 Main St. Battle Creek, MI 49014

C. Type of Selective Demolition Work: Demolition requires the selective removal and subsequent off-site disposal of:

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING SERVICES

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

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

TOWN OF EAST HADDAM INVITATION TO BID EAST HADDAM COMPANY #1 FIREHOUSE INTERIOR RENOVATIONS ADDENDUM NO. 1 TO CONTRACT DOCUMENTS

Residential Building Inspections

Request for Proposal Maintenance 30X50 Storage Building Located West of Maintenance Office 902 West Trimble Berryville School District 27

ADVERTISEMENT FOR BIDS

Florida Army National Guard Construction Facilities Management Office. Scope of Work:

BUILDING DIVISION 120 Malabar Road, S.E., Palm Bay, FL Phone: (321) Fax: (321)

Work Order (Bid Form) Blount County Community Action Agency, Inc.

TRIAD ENGINEERING CONSULTANTS, INC.

ADDENDUM NO. 1 FOR RENOVATIONS TO LINCOLN ANIMAL SHELTER RFP # February 1, 2018

CITY OF OAK CREEK SINGLE FAMILY & TWO-FAMILY CONSTRUCTION/PERMIT REQUIREMENTS

Home Remodeling Code Violations

~lamance <tount!' 9'~UUJ ;i)epwdment 124 We6t ElmStltm (j,taluun,.ncjjdli &vwfina 27253!Jefepfwae(336) :Jax(336)

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

Contractor/Owner initials are verification that items #1 and #2 and items (a) thru (g) above are included in the submitted plan/drawing.

ANNEX A.1 TECHNICAL SPECIFICATIONS. Open Call for Tender. No F/SE/10/05. Provision of Building Inspection, Maintenance, Alteration and Repair services

INSPECTION REQUIREMENTS Page 1 of 5. JOB SITE ADDRESS posted during entire construction process.

City of Forney - Parks & Recreation Department

BUILDING PERMIT APPLICATION

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

Dick s Sporting Goods Demolition Package

City of Lorena 107-A S. Frontage Road Lorena, Texas Phone: (254) Fax: (254)

City of Treasure Island FEMA Cost Breakdown Worksheet For Substantial Improvement / Damage

SECTION ADDENDUM NUMBER ONE

What this Family Room Specification Package can be used for:

1. Complete Building Permit Application forms on page 2. Include septic system design approval from the Washington County Health Department.

CONCURRENT ADVERTISEMENT FOR SUBCONTRACTOR PREQUALIFICATION AND BIDS

ADDENDUM # 1 To: File RFP for: New Affordable Home Construction Services

HOUSE REPAIRS & RENOVATIONS BUILDING PERMIT REQUIREMENTS

Gramercy Place Condo Association, Inc.

City of Jacksonville Finance Department

BID PROPOSAL FORM C.I.P. NO PROJECT: VETERANS PARK SHOOTING RANGE LEAD ABATEMENT/DEMO

KIPLING SCHOOL RENOVATION AND EXPANSION PHASE 2 KIPLING, SASKATCHEWAN

CITY OF CAMDENTON OFFICE OF THE BUILDING OFFICIAL Commercial Building & Architectural Review Permit Application

ONE AND TWO FAMILY DWELLING PERMIT APPLICATION REQUIREMENTS

ADDENDUM NO. 3 REQUEST FOR PROPOSALS HANGAR 1610/1612 FIRE SUPPRESSION RETROFIT PROJECT

TOWN OF HAGUE GUIDELINES FOR PERMIT APPLICATION

Green Remodeling Illustrations GREEN REMODELING ILLUSTRATIONS GREEN BUILDING GUIDELINES FOR HOME REMODELING

Property Inspection Report

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

Maintenance and Refurbishment Works of Quarters Two (2) at FEA s National Control Center, Vuda. Tender Number: MR 334/2017

CITY OF ANDERSON BUILDING AND CODES 601 South Main Street

Measure 1 Seal Ducts Components Inspected

COMMERCIAL SUBMITTAL PACKET

Whitley Shower Locker Toilet Facilities

Transcription:

DATE: December 15, 2009 ADDENDUM NO.: 1 BID NO.: FWC 09/10-48 BID TITLE: CHANGE: ADD: RENOVATION OF THE PRAIRIE LAKES FIELD OFFICE AT THE THREE LAKES WMA CALENDAR OF EVENTS-BID OPENING DATE CHAGED FROM DECEMBER 18, 2009 to DECEMBER 22, 2009 AT 3:00 PM PRE-BID CONFERENCE SIGN-IN SHEET VENDOR QUESTIONS AND FWC ANSWERS UPDATE: SCOPE OF WORK; PRICE SHEET AND BLUEPRINTS Please complete this form including manual signature of authorized representative and return it to this office. This completed form shall be received by this office on or before the bid opening date via mail or it can be faxed to (850) 921-2500. Jeri Bailey Procurement Manager VENDOR NAME: Office of the Finance & Executive Budget Director Kenneth D. Haddad Executive Barbie Levins Director (850) Purchasing 487-3796 Director (850) 921-5786 488-3427 FAX (850) 921-2500 FAX VENDOR FEID#: ADDRESS: CITY/STATE: PHONE #: FAX #: E-MAIL: AUTHORIZED SIGNATURE: TITLE:

Page 2 UPDATED INVITATION TO BID CALENDAR OF EVENTS SCHEDULE DUE DATE METHOD Vendor Bid System Bid Advertised November 25, 2009 http://vbs.dms.state.fl.us/vbs/main_menu MANDATORY Pre-Bid Conference December 9, 2009 @ 10:00am See Mandatory Pre-Bid Conference Clause Deadline for Questions Must be received PRIOR to: December 11, 2009 @ 5:00 p.m. See Deadline for Questions Clause SEALED BIDS DUE AND OPENED (make sure Bid Number is clearly marked on envelope) Must be received PRIOR to: December 22, 2009 @ 3:00 p.m. Submit to: Florida Fish & Wildlife Conservation Commission Attn: Purchasing 620 S. Meridian St., Room 364 Tallahassee, Florida 32399-1600 Anticipated Posting December 28, 2009 Vendor Bid System http://vbs.dms.state.fl.us/vbs/main_menu 09/10-48 UPDATED Scope of Work The Commission is seeking bids for the expansion of its current office by extending the building with a 24x26 addition and renovating the interior of the existing office. Vendors should submit prices on both of the following options listed below. The option that best fits the needs of the Commission and is within the allocated funds for this project will be awarded. Option 1 Option 2 Option 3 Bid price for 24 x 26 addition only. Bid price for 24 x 26 addition with additional interior renovations of existing building. Bid price for 24 x 26 addition with additional interior renovations of existing building plus the construction of Handicap Parking Space according to revised blueprints. The project includes construction of the Prairie Lakes Office addition at the Prairie Lakes WMA field office located in Kenansville, Florida. The Contractor shall provide all materials, labor, equipment and inspection fees necessary for the completion of all of the defined scope of work contained herein including the plans and specifications as prepared by John Link, Architect, and in accordance with the terms and conditions of this ITB. The project consists of an addition of 624 square feet (single story frame construction) and some inside renovations consisting of wall and ceiling construction.

Page 3 Contractor Responsibilities All permits for this project will be the responsibility of the Contractor. The Contractor shall pay for the building permits and coordinate inspections with the County. The Contractor shall be responsible for adhering to all permit conditions. The Contractor shall be responsible for all costs to complete this project as identified within this bid package including: The Contractor shall develop and provide all construction-related documents necessary to complete the project; this includes any/all documents required for permitting and completing this project according to the specifications and drawings contained in this bid package. Blueprints will be provided by the Commission. The Contractor shall secure the required building/remodel permits, including any fees associated with these permits. Unless otherwise noted, the Commission is not exempt from any state or local permitting requirements. The Contractor shall proof roll the graded areas within the building footprints (foundation fill for a building pad will be provided by the Commission) and compact it to meet current foundation compaction building code requirements. The Contractor shall reroute and repair HVAC, plumbing and electric as necessary to accommodate the contracted floor plan. The Contractor shall install new 2-ton Central AC/Heat Pump and install ductwork according to plans. Unit shall be a minimum of 14 SEER and should have a 10 year warranty on compressor, condenser, and parts. The Contractor shall include complete installation and include the following: make ducts airtight; install new ¾ plywood deck under the air handler; install new properly sized refrigerant lines; evacuate refrigerant system; insulate refrigerant suction line; charge unit to manufacturer specs; install new drain line with flush out Tee ; make all electrical connections; and resize breakers if necessary. The Contractor shall remove three existing windows on the south side of the building. If the 2 larger removed windows meet all building codes, one can be re-installed in the existing building. The windows in the addition shall be new and meet the specifications outlined in the blueprints. The Contractor shall paint the exterior of the new addition to match existing building. All interior walls of the addition and the added walls in the existing building shall receive primer and 2 coats of paint. Color for the walls shall be approved by the Commission s Project Manager.

Page 4 The Contractor shall remove existing drop ceiling in the existing building and install new dry wall ceiling. The Contractor shall install 2 interior walls in existing conference room per specifications in the blueprints. The Contractor shall install new insulation in all exterior walls, between all interior walls, and above all ceilings. The Contractor shall ensure that new exterior door shall be solid steel with high grade deadbolt lock. The Contractor shall ensure that ceiling fans are Hampton Bay or Hunter unless approval is granted by the Commission s Project Manager to use a different brand. The Contractor shall ensure that fans are 52 size, white, reversible 3-speed motor, all wood 6-ply blades, and minimum 20 year limited motor warranty. The Contractor shall ensure that tiling shall be 12x12 and the color should be approved by the Commission s Project Manager. The Contractor shall remove bathroom wall in existing building and tile the floor new larger bathroom with 12x12 ceramic tile. The Contractor shall construct ADA handicap parking area in accordance with blueprints. Other Contractor Requirements The Contractor shall, at a minimum, be a Building Contractor as defined in Section 489.105(a), Florida Statutes. The Contractor shall be insured to do business in the State of Florida, and licensed, if required, by Osceola County. The Vendor shall provide, with the bid, a copy of their licensure issued by the Florida Construction Industries Licensing Board, as required by law. The Contractor shall be registered to do business with the State of Florida. To register, go to https://vendor.myfloridamarketplace.com. See Vendor Registration clause located in the General Conditions for more information. The Contractor shall ensure that the completed project must comply with all applicable building codes, rules and regulations. The completed project shall meet or exceed accepted standards for building construction. All work is to be accomplished by skilled craftsmen complimenting the trade involved; all material used is to be installed in strict accordance with the manufacturer's specifications. Improper installation or poor workmanship will not be accepted. Repairs to existing state property caused by the Contractor and not within the scope of the project work shall be the responsibility of the Contractor.

Page 5 The Commission shall designate areas expected to be disturbed. Trees and other vegetation outside the designated area shall be protected from damage throughout the duration of the construction period. The Contractor shall be responsible for securing any materials to prevent theft or damage. The Contractor and subcontractors shall be subject to all rules and regulations while on Commission property. The Contractor shall inform his subcontractors, laborers, workers and other persons on the construction site that any obscene remarks, cat calls, propositions, gestures or the like will not be tolerated. If any historical or cultural artifacts are uncovered during construction activities, the Contractor shall immediately halt construction within the area and contact the Commission s Project Manager. The Contractor shall provide temporary sanitary facilities for the site. Sanitary facilities shall be located at a distance sufficient to prevent contamination of any water source. At the completion of the construction work, facilities shall be removed without contaminating any local water source. In the event of temporary suspension of work or during inclement weather or whenever the Commission s Project Manager shall direct, the Contractor shall, and shall cause his subcontractors to protect carefully his and their work and materials against damage or injury from weather. If, any work or materials shall have been damaged or injured by reason of failure on the part of the Contractor or any of his subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the Contractor. The Contractor is required to comply with all federal, state, and local laws, ordinances, rules, regulations, and codes that in any manner affect the work. Ignorance on the part of the Contractor will in no way relieve him from this responsibility. All inspections required to insure compliance with required codes, including any required by the State Fire Marshall s office, are the responsibility of the Contractor, and must be accepted by the Project Manager. No material containing asbestos shall be used. When any toxic substance, as defined in Chapter 442, Florida Statutes, is used, it will be the responsibility of the successful bidder to post a notice, not only to his own employees, as required by the Chapter, but also post a notice in a conspicuous place at the job site, informing building occupants of the substance being used, and a material safety data sheet for their examination. The Commission will provide three sets of plans upon award of a contract to the successful bidder. During the progress of the work, the Contractor shall

Page 6 require any subcontractors to record on their field sets of drawings the exact locations, as installed, of all conduit, pipe and duct lines whether concealed or exposed which were not installed exactly as shown on the contract drawings. Upon completion of the work, this revised set of plans shall be turned over to the FWC Project Manager. The Contractor shall ensure that the security of the building can be maintained during construction. The installation of the door connecting the existing building with the addition should be done in a manner so that the security of the office can be maintained. Commencement of construction by the Contractor should take place within 3 weeks of the receipt of the Purchase Order and should be completed within 60 days of the start of construction. Contractor Guarantees Minimum items to be covered for a minimum period of 12 months from the date of completion: Light fixtures: ceiling and wall mounted lights, switches and plug outlets, and circuit breakers. Roofing materials: vent flashings and sealants. Floor Covering: floor tile. Ceiling Fans Minimum items to be covered for a minimum period of 5 years from the date of completion: Roof structure or rafters, main support beam, insulation wood roof decking, and all support lumber contained within the roof. Sub-floor structure: cement pad. Exterior and interior walls and ceilings: studs, insulation, framing members, and all support lumber contained within the outside and inside walls ceiling surface materials (non-cosmetic defects). Electrical system: wiring, fittings, connections, fixture boxes, junction boxes, and main and sub panel boxes.

Page 7 FWC 09/10-48 UPDATED PRICE SHEET Price quoted shall be less any Federal or State sales or use taxes. The bidder recognizes that the State of Florida, by virtue of its sovereignty, is not required to pay taxes on services, goods and/or equipment purchased incident to such service. Quoted price shall include all necessary items to complete the project. ALL ITEMS SHALL BE BID, OR THE BID WILL BE REJECTED. THE BID WILL BE AWARDED TO THE RESPONSIVE, RESPONSIBLE BIDDER THAT SUBMITS THE LOWEST PRICE FOR THE OPTION CHOSEN BY THE COMMISSION. Vendors should submit quotes on both of the following options listed below. The option that best fits the needs of the Commission and is within the allocated funds for this project will be awarded. Option 1. Bid price for 24 x26 addition only. $ Option 2. Bid price for 24 x26 addition with additional interior renovations of existing building. $ Option 3. Bid price for 24 x26 addition with additional Interior renovations of existing building plus the construction of Handicap Parking Space according to revised blueprints. $ NOTE: The Vendor shall provide, with their response to this bid, a copy of the General Contractor, as defined in Section 489.105 (a), Florida Statutes, licensure issued by the Florida Construction Industries Licensing Board, as required by law. Vendor/Contractor Address Signed Print Name Title Fax City/State/Zip Telephone

Page 8 QUESTIONS AND ANSWERS FROM PRE-BID MEETING 1. Is the architect going to supply a copy of the complete plans? The plans have been submitted to the county. 2. Sheet 1 of the plans specifies ½ cd plywood on roof, but 5/8 is specified on another sheet. What thickness of cd is required? The thickness required is ½ 3. Is an enlarged septic system/plumbing required by the county? That is not the responsibility of the contractor. FWC will be responsible for that. 4. For the T111 siding, does the siding have to be removed and then drywalled or can it be drywalled over? Dry-wall over the T111 siding. 5. What are the specs for the AC unit? The AC unit must meet the requirements in the written specs, not in the drawings. The unit listed on the drawings was an example of a unit but does not meet the specs. 6. Is FWC going to do the materials testing for the cement pad? The FWC will provide the fill dirt only; the contractor will need to have the testing done. 7. Who will provide the fill dirt? The FWC will provide the fill dirt. 8. Who will prep the site for the concrete pad? Will FWC do all the digging and get the site ready for the concrete pad? The FWC will only provide the fill dirt. Everything else will be the responsibility of the Contractor. 9. Who will take care of the water line? The FWC will take care of the water line. 10. Where is the well located? By the shop in the pump house.

Page 9 11. Will the contractors have access to electricity? Yes, there are receptacles outside. 12. Will the contractors have access to water? Yes, a spigot will be installed. 13. Are there additional electric needs for the addition? Is there enough space on the electrical panel? The electrical panel has been updated to accommodate additional needs. 14. For the existing conference room, is there a lot of rewiring and moving of duct work that needs to be done above the drop ceiling? Any rewiring or moving of ductwork is the responsibility of the Contractor. Any Contractors bidding on this project should inspect the area and make sure the take this into account in their bid price. 15. Will the trees need to be removed? No, the trees are to be left where they are. The FWC will delimb the trees where necessary. 16. If the FWC does the addition only, will there be a transition from an 8 foot to a 10 foot ceiling? There will be no work on the existing conference room ceiling if we just do the addition only, so there will be a transition at the door from an 8 foot ceiling to a 10 foot ceiling. 17. What type of tile is to be used? Ceramic 12x12 tile to be approved by the FWC. 18. The door sizes are odd sized and would need to be custom ordered. Can 2-8 sized doors be used? As long as the door sizes meet ADA requirements, 2-8 doors can be used. 19. Will new fixtures for the lights be required? Yes.

Page 10 20. Does the contractor have to redo current structures (i.e. doorway to the restroom) to meet ADA code? No, just the current addition must meet ADA code. 21. Recessed lighting is more expensive than other types. Does the FWC want to use recessed lighting? Yes. 22. Can we come back out to see the site? Yes, anytime. If the contractor wants to see inside the building, they will need to come between 8am and 5pm, Monday Friday and should call ahead. 23. Can surface mounted wrap fluorescent fixtures be used instead of the 1x4 flush? It could save at least $400. No. 24. Will survey and as-builts be required? A survey shouldn t be required but a site plan may be needed to meet County requirements. There is a site plan on file with the County but if it doesn t meet their requirements, then it will be the responsibility of the Contractor to complete one. 25. I hoped you would be able to answer a question I had regarding permitting, Question is are you furnishing all surveys for permitting? Flood, site plan etc. Any surveys or other work required to get the permits for this job are the responsibility of the Contractor.