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

Similar documents
WAYNE COUNTY COMMUNITY COLLEGE DISTRICT DAVENPORT UNIVERSITY SUITE RENOVATION

SPACE TYPE: PHYSICAL FITNESS (EXERCISE ROOM)

Budget Estimate Basic Tenant Improvement

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER. A. Basic Services... A-2. B. Architectural Programming... A-5

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

INVITATION TO BID. WHATCOM COUNTY LIBRARY SYSTEM ADMINISTRATIVE SERVICES BUILDING REMODEL 5205 Northwest Drive, Bellingham, WA 98226

Cherokee Nation Entertainment Casino Ramona, Oklahoma. WORK PACKAGE: Existing Casino Demolition and Dismantling 8/7/12

ADVERTISEMENT FOR BIDS

11/1/2016. Smoke detectors will be furnished by MHA and installed by contractor.

SECTION MODULAR GALVANIZED RF SHIELDING SYSTEM SPECIFICATIONS

Definition of Terms **Non-capitalized references to a state refer to a state other than the State of Michigan.

THE HOUSING AUTHORITY OF THE BOROUGH OF HIGHLAND PARK 242 SOUTH SIXTH AVENUE, HIGHLAND PARK, NJ PHONE (732)

PROFESSIONAL DESIGN MANUAL INDEX

CITY OF OCEAN CITY COUNTY OF CAPE MAY, NEW JERSEY ADDENDUM #1 FEBRUARY 16, 2016 CITY CONTRACT NO

Vandalia-Butler City Schools

Building Permit Application Instructions INFORMATION REQUIRED FOR ISSUANCE OF A BUILDING PERMIT

SIMEILINGS TORSION SPRING CEILING SYSTEM SPECIFICATION

SPACE TYPE: ENHANCED OFFICE

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

BuildingName The Description of the Project P DOCUMENTS

SECTION SPECIAL PROCEDURES. A. Section includes: Administrative and procedural requirements for special project procedures.

Commercial Remodel Permit

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

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

Completed. Project. Melbourne High School. Comprehensive Additions and Renovations

UNIVERSITY OF ARIZONA CONSTRUCTION AND RENOVATION PERMITTING PROCEDURE ADOPTED: JULY 2011

Rebuilding your Home after the storm? Adding on, renovating, or remodeling your home? Here's information YOU need to know about the 50% Rule.

REQUEST FOR PROPOSAL

ALL-ALUMINUM DOOR & WINDOW FRAMING

CITY OF SANTA ANA PROPOSAL PROJECT NOS.: , , , DOWNTOWN PARKING FACILITY IMPROVEMENTS

COMMERCIAL CONSTRUCTION GLOSSARY

TOWN OF PORT ROYAL BUILDING CODES DEPARTMENT Building Permit Submittal Requirements

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

Minnesota Healthcare Engineers Association, Fall Conference. Bob Dehler, P.E. Engineering Program Manager September 14, 2017

How to estimate the cost of new air conditioning system to an existing storage warehouse.

DOCUMENT AGREEMENT FORM STIPULATED SUM (SINGLE-PRIME CONTRACT)

Demolition Plan A1 A3. Scale: 3/32" = 1'-0" Arch. Men N.I.C. Elev. Lobby. Stairs N.I.C. N.I.C. Women N.I.C. Issued for Tender.

SEMINOLE TRIBE OF FLORIDA INVITATION TO BID

Main Building Auditorium

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

Permit Requirements: Building Codes: The City of Clanton has adopted the following codes which are enforced by the Building Department:

Document B252TM 2007

Scope of Work Bid Package C-4 - West Polished Concrete

Location 1: 7800 Jane St., Vaughan, Ont. Retrofit. Location 2: 6750 Winston Churchill, Mississauga, Ont. Build-out of new leased premises

Communications Page 1 of 9

Limited Asbestos Demolition Survey

INVITATION FOR BIDS IFB NO FOR CDCA BATHROOMS/KITCHEN UPDATES. Dr. Julius R. Scruggs, Pastor

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

Schedule of Values Cruise Terminal 2 Expansion

ADVERTISEMENT FOR PREQUALIFICATION FOR THE FOLLOWING BID PACKAGES

All Plan Holders 3/3/

Building Program Example. Eric Anderson

EXHIBIT "A" RESPONSIBILITIES AND SERVICES OF ARCHITECT/ENGINEER. A. Basic Services...A-1. B. Pre-Design and Start-Up Services...

SECTION RADIO FREQUENCY SHIELDING ENCLOSURE RF Welded System

(ADDENDUM COVER SHEET) PURCHASING DIVISION BOARD OF COUNTY COMMISSIONERS BROWARD COUNTY, FLORIDA A D D E N D U M NO. 2

Construction Indoor Air Quality (IAQ) Management Plan

CYPRESS FAIRBANKS MEDICAL CENTER HOSPITAL MRI

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

Interior Remodeling Proposal

REQUIREMENTS FOR SUBSTANTIALLY DAMAGED AND SUBSTANTIALLY IMPROVED STRUCTURES

Addendum No. 1 Page 1 of 2

Outdoor + Switchgear, Walk-in Equipment Buildings Low & Medium Voltage NEMA 3R

HURON PUBLIC WORKS BUILDING HURON, SOUTH DAKOTA BID NO R

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

HERMIT S REST GRAND CANYON NATIONAL PARK BUILDING CODE REVIEW

New Beautifully Designed Office Condominium Complex. Heading

Section HIGH-TENSION Stretched-Fabric Wall Systems SoftWalls, Inc.

ADDENDUM NO. A. April 18, 2017 BIDDING AND CONTRACT DOCUMENTS FOR

A/E Design Deliverable Checklist

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

PHYSICAL FACILITIES Consultant s Handbook Division 27 COMMUNICATIONS 0000 COMMUNICATIONS

HIR 1 ACOUSTICAL, IMPACT RESISTANT, TACKABLE WALL PANEL SPECIFICATION

Request for Quotation: S&E Door replacement

Facilities Planning Policy & Procedure #20

SECTION SEISMIC RESTRAINT REQUIREMENTS FOR NON-STRUCTURAL COMPONENTS REVISED PART 1 GENERAL 1.1 DESCRIPTION:

FLORIDA DEPARTMENT OF TRANSPORTATION

ATTACHMENT D SCOPE OF SERVICES

The following shall be incorporated into the Contract Documents dated 26 MAR 2018.

DIVISION 9 FINISHES. This Article on Codes, Regulation and Standards shall apply to all Divisions of the Building Standards

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

GAYLORD COMMUNITY SCHOOLS PROJECT SF SINKING FUND PROJECTS

MATERIAL ALLOWANCES AND UNIT PRICES

City of Forest Park Urban Redevelopment Agency (URA) Request for Proposal

Electrical System, Maintenance and Repair Services For the PennDOT District 6-0 Office and Lab Buildings Statement of Work

NORTHWESTERN UNIVERSITY PROJECT NAME JOB # ISSUED: 03/29/2017

4. Number of drawings required: ( ) Locations of nearest streets

Office of Design & Construction State University Plaza Albany, New York

ADDENDUM NO. 2 PROJECT: Omaha Nation Food Distribution Building Macy, Nebraska Project No ARCHITECT:

SECTION RADIATION SHIELDING ENCLOSURE Low Intensity Radiation Protection

DIVISION 02 SELECTIVE DEMOLITION

CONTRACT DOCUMENTS REVIEW PACKAGE CHECKLIST

Pre-Bid Meeting Minutes Invitation to Bid #15-14-KO

SOLICITATION ADDENDUM NO. 1 RFP THE FOLLOWING CHANGES TO THE ABOVE CITED SOLICITATION ARE ANNOUNCED.

Commercial Plans Application Checklist

ATTACHMENT N LEED PROJECT PROCEDURES

ADVERTISEMENT FOR BIDS

ADDENDUM ADDENDUM NUMBER: One DATE: 30 October 2012

ADVERTISEMENT FOR BIDS

1. Section "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities.

Transcription:

TECHNICAL QUESTIONS FOR ITB-DOT-17/18-7004LV DEMOLITION AND CONSTRUCTION OF DISTRICT SEVEN OFFICE SPACE Question 1: Question 2: Question 3: Question 4: Question 5: Question 6: When area configurations change within a room, ductwork needs to be relocated to cool each space, and sometimes air flow needs to be increased or decreased as well. Ductwork layouts and airflow calculations are typically completed by an engineer or licensed professional, and is required for permit. Pricing for these changes can vary significantly depending on what the engineer comes up with. For the purposes of the bid, should we provide a "base price" on what we think the HVAC might cost, pending the result of these calculations, which we will provide? Or should we simply figure on no HVAC ductwork or airflow changes? The Vendor will perform no HVAC ductwork or airflow changes. Thermostats will be relocated by FDOT immediately following demolition. Per our discussion at the pre-bid meeting, we are expecting one payment on this project. Please confirm whether we will be required to provide final subcontractor lien releases in advance of us being given this single payment. FDOT is entering into an agreement with the selected Vendor for this project. Payment will be made to the selected Vendor upon the FDOT Contract Manager s inspection and approval of the completed work. We would like to exclude ceiling grid repair in the areas where we are not scheduled to replace the ceiling. Is it possible to include a recommended contingency for this item in case it does in fact need to be replaced? At this time we cannot know what will be required. The Vendor is responsible for ceiling grid repair needs in the areas indicated on Exhibit A, Scope of Services and Construction Plans which include the area of renovation as well as interior offices and common areas where the Vendor is installing the replacement LED fixtures. We would like to confirm that the FDOT will handle low-voltage work, including phones, televisions, audio, and fire alarm. That work is not included in the Scope of Services. Please provide door and hardware schedules, paint schedules, and specifications for drywall as possible. Reference the Exhibit A, Scope of Services, Section II, Services to be Provided, Letter F. Please see questions 7, 8, and 9 below. We would like to confirm that no submittals will be required for this project. Reference the Exhibit A, Scope of Services, Section III, General Requirements, Letter A: Vendor shall complete all work in accordance with all local and state laws and codes. Reference Section IV, Vendor s Responsibilities, Letter B: Vendor shall be responsible for compliance with all Occupational Safety and Health Administration (OSHA) rules and regulations, and Letter C: All work shall

comply with all applicable codes and local regulations. Should a failure occur that is attributable to the substandard workmanship of the Vendor or their subcontractor, as verified by a professional with expertise in the designated area, then the Vendor will be responsible for making the necessary repairs needed to rectify the situation and bring the area to the intended condition. Question 7: What are the specifications for Paint? For the wall paint, the Vendor will use Valspar Signature Interior Eggshell Honey Milk paint, or equivalent. The brand designated is for reference purposes and not a statement of preference. The Vendor will patch/repair and paint all wall surfaces created and/or affected/damaged by the construction using the specified wall paint to create a finished uniform appearance of the space. Vendor is not responsible for painting the interior of the offices that are not directly affected by the construction. For the door frame paint, The Vendor will use Benjamin Moore Satin Impervo paint per the following label specifications. Due to compatibility needs with existing surfaces, there will be No Substitute: The Vendor will paint all doorframes in the approximately 11,000 square feet (sf) of renovation space using the specified door frame paint, including the offices that are not directly affected by the construction. Question 8: Question 9: What are the specifications for drywall finish? Vendor is to match existing drywall finish to the greatest extent possible. Vendor will finish new drywall in a manner that gives a consistent, uniform look to the space. What are the specifications for door frames, doors and hardware? Door frames Vendor is to provide new door frames for all relocated wooden

doors and all new wooden door installations. New door frames may be knock down door frames as long as they provide a consistent look, when painted, with the existing welded door frames in the space. Doors and hardware - FDOT will provide all wooden doors and door hardware necessary for this work. Vendor will re-use existing wooden doors and door hardware currently in the construction area of the space. FDOT will provide all additional wooden doors that are needed to meet the requirements of the Construction Plans. Door locks/handles in the existing doors to be relocated will remain in place for relocation. Existing door hinges will be used with the relocated doors. Door locks/handles in new doors will be pre-installed and hinges will be provided to the Vendor by FDOT for use in new door installations. No automatic door closers will be provided nor installed. Question 10: Question 11: Question 12: Question 13: What are the specifications for Permitting Documents? The Vendor has electronic and hard copy signed/sealed Construction Plans for this renovation. These Plans have been reviewed and approved by the State Fire Marshal. The Vendor has a copy of the Asbestos Survey for the renovation space confirming the area to be free from asbestos. The Vendor is responsible for all necessary paperwork that is required for permits, including anything additional, if required. What are the specifications for Carpeting and Cove Base? The Vendor is responsible for carpeting removal/demolition and cove base removal, per the scope of services, throughout the approximately 11,000 sf of renovation space, including the offices that are not directly affected by the construction. For offices with built in furniture, carpet removal by cut-around will be necessary as that specific furniture is not being removed for construction or carpeting replacement. Replacement/new carpeting and cove base will be installed by other upon conclusion of the construction/renovation. What are the specifications for vinyl tile flooring in the copy room? Vendor shall take care during demolition and construction to preserve existing vinyl flooring in the copy area that remains after construction per the Construction Plans. What are the specifications for data, phone and Ethernet cabling? The Vendor is not responsible for any replacement cable installation. All data, phone and Ethernet cabling will be provided and installed by other, upon conclusion of the construction/renovation.

Question 14: Question 15: Question 16: Question 17: Question 18: Question 19: Question 20: Question 21: What are the specifications for Fire Alarm strobes, horns and sprinkler heads and please provide Vendor contact information. The Vendor is not responsible for any Fire Alarm strobe or horn or sprinkler head relocation, installation or testing upon completion of the project. The Vendor is not responsible for any conduit or wiring needs associated with the installation or relocation of horns, strobes or sprinklers. All Fire Alarm strobes, horns and sprinklers will be installed/relocated and tested via contracted vendor by FDOT. FDOT contracts with Critical Systems Solutions for installation, maintenance and monitoring of our Fire Alarm systems. What is the Vendor s responsibility in the case of a discrepancy between the Construction Plans and the scope of services, for any items not specifically covered in the Technical Questions? In the case of a Vendor Responsibility discrepancy between the Construction Plans and the scope of services, for items not addressed in the Technical Questions and Answers document, the scope of services shall prevail. There is no Engineer s estimate for the project? Correct. There is no Engineer s estimate. There will be no liquidated damages? Correct. There is no liquidated damages on this project. There are no bonds required for this project? Correct. There are no bonds required for this project. Contractors are to include sales tax in their prices? See Exhibit C, Bid Sheet. The bidder is to submit a lump sum price that shall contain all costs to include travel, labor, materials, equipment, overhead, general and administrative, incidental expenses, operating margin, and subcontractor cost, if any. Method of compensation will be lump sum at the conclusion of the project? Exhibit B, Method of Compensation, Section II, Compensation. All permitting will be through the City of Tampa? The Vendor has electronic and hard copy signed/sealed Construction Plans for this renovation. These Plans have been reviewed and approved by the State Fire Marshal. The Vendor has a copy of the Asbestos Survey for the renovation space confirming the area to be free from asbestos. The Vendor is responsible for all necessary paperwork that is required for permits, including anything additional, if required.

Question 22: Question 23: Question 24: Question 25: Expected project duration is 40 days from notice to proceed. Any permitting delays will be added onto the back end of the schedule without penalty to the contractor? See Exhibit A, Scope of Services, Section VI, Beginning and Length of Services. Fire Marshall has approved the drawings and is not requiring any additional fire extinguishers or modifications to the fire suppression systems under this contract? Contractor to provide and install conduit necessary to relocate strobes and alarms, but costs associated with the relocation of strobes and alarms are the recertifying of the system is outside of this contract? The Vendor is not responsible for any Fire Alarm strobe or horn or sprinkler head relocation, installation or testing upon completion of the project. The Vendor is not responsible for any conduit or wiring needs associated with the installation or relocation of horns, strobes or sprinklers. All Fire Alarm strobes, horns and sprinklers will be installed/relocated and tested via contracted vendor by FDOT. FDOT contracts with Critical Systems Solutions for installation, maintenance and monitoring of our Fire Alarm systems. See Addendum 2, Change 2. There are no badging requirements for this project? There are no specific requirements for access badges. The Vendor is responsible for insuring the safety and security of our facility by the actions of their employees and subcontractors. Question 26: Question 27: Question 28: Contractor is not required to have full time supervision on the project but is responsible for the conduct of all subcontractors and employees on site? The space adjacent to the work area will be occupied during construction; noise shall be kept to a minimum including, but not limited to, radios? See Exhibit A, Scope of Services, Section IV, Vendor s Responsibilities, Letters E and F. Owner will provide electricity, water, and parking? Yes. See Exhibit A, Scope of Services, Section VII, Services/Materials Provided by the Department, paragraph four. Question 29: Demolition should be performed outside of working hours (8am to 5pm)? See Exhibit A, Scope of Services, Section II, Services to be Provided, Letter B. Question 30: Location for dumpster to be determined?

Question 31: See Exhibit A, Scope of Services, Section V, Access to the Site, Delivery and Installation Location, paragraph three. Owner representative has determined that radar of slab is not required? See Exhibit A, Scope of Services, Section III, General Requirements, Letter A: Vendor shall complete all work in accordance with all local and state laws and codes. See Section IV, Vendor s Responsibilities, Letter B: Vendor shall be responsible for compliance with all Occupational Safety and Health Administration (OSHA) rules and regulations, and Letter C: All work shall comply with all applicable codes and local regulations. Should a failure occur that is attributable to the substandard workmanship of the Vendor or their subcontractor, as verified by a professional with expertise in the designated area, then the Vendor will be responsible for making the necessary repairs needed to rectify the situation and bring the area to the intended condition. Question 32: Question 33: Question 34: There will be no modifications to the HVAC system or ducts? The Vendor will perform no HVAC ductwork or airflow changes. Thermostats will be relocated by FDOT immediately following demolition. LED lights will be owner furnished and contractor installed? Yes. See Exhibit A, Scope of Services, Section II, Services to be Provided, Letter D. See Addendum 2, Change 2. Contractor to leave carpet at entry points to limit tracking debris into occupied space? See Exhibit A, Scope of Services, Section II, Services to be Provided, Letter J. Question 35: Question 36: Question 37: Question 38: Wall System shall be industry standard: 3 5/8 20ga Steel Stud with 5/8 Gypsum Wallboard. Any necessity for soundproofing with acoustical batt insulation will be addressed by addendum if needed? The Department is not anticipating the use of sound barriers. Wall adjacent to copy center is a fire wall. All other walls are 9 feet above finish floor? All finishes are to match existing. Specifications for Paint, ACT, and Door Frames will be provided by addendum? See responses to technical questions 7, 8 and 9 above for specifications.

Question 39: Question 40: Note A108 on Sheet 7 A01 is incorrect. Existing Doors are to be reused on new frames. Additional doors will be provided by owner from storage. New Door Frames may be either welded or knockdown frames? In the case of a Vendor Responsibility discrepancy between the Construction Plans and the scope of services, for items not addressed in the Technical Questions and Answers document, the scope of services shall prevail. Walls shall receive finish to within ¾ of finish floor? See Exhibit A, Scope of Services, Section II, Services to be Provided, Letter G. Question 41: Question 42: Question 43: Door frames adjacent to construction are to be repainted in new color scheme? Yes. Please see response for technical question 7 for door frame specifications. Signage and Smart Boards will be by owner? Vendor is not responsible signage or smart board purchase or installation. Department will remove current smart boards and signs prior to construction. Note A109 on Sheet 7 A101 to be amended. Installation of carpet and base will be by others? Yes. In the case of a Vendor Responsibility discrepancy between the Construction Plans and the scope of services, for items not addressed in the Technical Questions and Answers document, the Scope of Services shall prevail.