17
BID PROJECT NO. BP0808-16 MONROE COUNTY, NEW YORK ADDENDUM NO. 01 FOR CIVIC CENTER COMPLEX RECONSTRUCTION September 20, 2016 Contract No. 1: Asbestos Abatement Contract No. 2: Electrical Construction Contract No. 3: Mechanical Construction Contract No. 4: Plumbing Construction Prepared By: Prepared For: Clark Patterson Lee Monroe County Department of Environmental Services 205 St. Paul Street Suite 500 7100 City Place 50 W. Main Street Rochester, New York 14604 Rochester, New York 14614

CIVIC CENTER COMPLEX RECONSTRUCTION - … PROJECT NO. BP0808-16 MONROE COUNTY, NEW YORK ADDENDUM NO. 01 FOR CIVIC CENTER COMPLEX RECONSTRUCTION September 20, 2016 Contract No. 1: Asbestos

Embed Size (px)

Citation preview

BID PROJECT NO. BP0808-16

MONROE COUNTY, NEW YORK

ADDENDUM NO. 01

FOR

CIVIC CENTER COMPLEX RECONSTRUCTION

September 20, 2016

Contract No. 1: Asbestos Abatement

Contract No. 2: Electrical Construction

Contract No. 3: Mechanical Construction

Contract No. 4: Plumbing Construction

Prepared By: Prepared For:

Clark Patterson Lee Monroe County Department of Environmental Services

205 St. Paul Street – Suite 500 7100 City Place – 50 W. Main Street

Rochester, New York 14604 Rochester, New York 14614

BID PROJECT NO. BP0808-16

MONROE COUNTY, NEW YORK

ADDENDUM NO. 01

FOR

CIVIC CENTER COMPLEX RECONSTRUCTION

September 20, 2016

Contract No. 1: Asbestos Abatement

Contract No. 2: Electrical Construction

Contract No. 3: Mechanical Construction

Contract No. 4: Plumbing Construction

Prepared By: Prepared For:

Clark Patterson Lee Monroe County Department of Environmental Services

205 St. Paul Street – Suite 500 7100 City Place – 50 W. Main Street

Rochester, New York 14604 Rochester, New York 14614

205 St. Paul St., Suite 500 Rochester, NY 14604 clarkpatterson.com 585.454.7600 TEL 585.454.7618 FAX

ADDENDUM NO. 01

DATE: September 20, 2016

PROJECT: MONROE COUNTY DES

CIVIC CENTER COMPLEX RECONSTRUCTION

CPL PROJECT NO.: 13298.00

FROM: Clark Patterson Lee

205 St. Paul Street

Suite 500

Rochester, New York 14604

(585) 454-7600

TO: Prospective Bidders

This Addendum forms a part of the Contract Documents and modifies the original Bidding Documents

dated September 2, 2016, as noted below. Acknowledge receipt of this Addendum in the space provided

on the Bid Form. Failure to do so may subject Bidder to disqualification.

This Addendum consists of 17 pages, consisting of the Attached Drawings and Specifications.

ENCLOSURES: NB, SC, WR, ADD1/SK-H1, CC/P700, PRE-BID CONFERENCE SIGN-IN, T

BELL RFI

CHANGES TO BIDDING REQUIREMENTS:

1.1. REVISE Notice to Bidders (Document NB), Bid Opening Date from Friday, September 23,

2016 to Wednesday, September 28, 2016. Bid Opening time shall remain 11:00 AM.

REVISE Notice to Bidders (Document NB), work to be performed to read as: “Various

modifications to Mechanical, Electrical and Plumbing Systems at the Civic Center Complex”.

See revised Notice to Bidders document enclosed.

CHANGES TO THE AGREEMENT:

1.2. None

CHANGES TO THE CONDITIONS OF THE CONTRACT:

1.3. None

CHANGES TO THE PROJECT SPECIFICATIONS:

1.4. MONROE COUNTY SPECIAL CONDITIONS, DOCUMENT SC

A. REPLACE in its entirety.

J:\PROJECTS\Monroe County\Civic Ctr Recons\B Bidding\B03 Bid Docs\ADDENDUM\ADDENDUM #1\Addendum01-09202016.docx

ADDENDUM NO. 01

CIVIC CENTER COMPLEX RECONSTRUCTION

CPL PROJECT NO.:13298.00

PAGE 2

1.5. MONROE COUNTY WAGE RATE NOTE, DOCUMENT WR.

A. REPLACE in its entirety

1.6. SECTION 01 2200 UNIT PRICES

B. REVISE article 3.1, paragraph B to read as follows:

1. Unit Price No PC-1: (Per Single Toilet Room) Replacement of isolation valves in wall

chases provided by the Abatement Contractor. Locate extent of wall removal with the

Plumbing Contract. Provide stainless steel plate with access door to cover wall opening.

Stainless steel plate to be min. 30x30. Access door in plate to be min. 12x12, centered over

new valves. Unit Cost to include one areas each per toilet room. Unit price to be based on

1-1/4” cold water and 1/2” hot water isolation valves.

2. Unit Price No PC-2: (Per Gang Toilet Room) Replacement of isolation valves in wall

chases provided by the Abatement Contractor. Locate extent of wall removal with the

Plumbing Contract. Provide stainless steel plate with access door to cover wall opening.

Stainless steel plate to be min. 30x30. Access door in plate to be min. 12x12, centered over

new valves. Unit Cost to include two areas each per toilet room. Unit price to be based on

1-1/2” cold water and 3/4” hot water isolation valves.

1.1. SECTION 23 2123 HYDRONIC PUMPS

A. REVISE article 2.1, paragraph C.4 to read as follows:

“Mechanical seal assemblies shall be unitized, single spring, EPR elastomer bellows with

drive ring, carbon face rotating against a stationary Silicon Carbide face allowing for fast

and easy installation and replacement. Seals shall be capable of being inspected and easily

repaired.”

CHANGES TO THE DRAWINGS:

1.2. DRAWING CC/P700

A. ADD drawing CC/P700

1.3. DRAWING CC/H700

A. REMOVE duplicate copy of drawing CC/H700

1.4. DRAWING HJ/P202

A. REVISE high pressure valve replacement pipe size tags at keynote 4 to be 3”CW, 1-1/2”HW

and ¾”HWR at two locations where size is not indicated.

ADDITIONAL INFORMATION:

1.5. COPY PRE-BID CONFERENCE SIGN-IN SHEET

REQUEST FOR INFORMATION RESPONSES:

J:\PROJECTS\Monroe County\Civic Ctr Recons\B Bidding\B03 Bid Docs\ADDENDUM\ADDENDUM #1\Addendum01-09202016.docx

ADDENDUM NO. 01

CIVIC CENTER COMPLEX RECONSTRUCTION

CPL PROJECT NO.:13298.00

PAGE 3

1.6. Question - MA Ferrauilo: Please provide location & quantity Note #7 H-205

Answer: Note is a general condition.

1.7. Question - MA Ferrauilo: Please provide location & quantity Note#8 H-205

Answer: Note is a general condition

1.8. Question - MA Ferrauilo: Are Valves required Tie in points Existing to replacement

Condensate Mains

Answer: Valves are not required

1.9. Question - MA Ferrauilo: Drawing HJ-205 Are other locations of asbestos present other

than tie in points.

Answer: Asbestos may be present in areas not in the work scope.

1.10. Question – O’Connell Electric: Will the service elevator be available to transport tools

and materials? Will there be any restrictions such as it being limited to certain times.

Answer: Refer to Special Conditions

1.11. Question – O’Connell Electric: What provisions will be made for shutting down the

electrical for panel, transformer, and MCC replacement. Will areas/floors be closed to

allow for the work in phases or will we need to perform this work off hours?

Answer: All work to be performed off hours

1.12. Question – O’Connell Electric: The VFD spec states the “Installation shall be the

responsibility of the mechanical contractor” but it’s listed under the electric. Can you

clarify who is responsible to furnish and install the VFD’s?

Answer: Furnished by the Mechanical Contractor and Installed by the Electrical

Contractor

1.13. Question – O’Connell Electric: Note 4 on Drawing W E-200 states “Provide sump

pumps…” yet they are shown on Draawing W P200 also. Can you clarify who is

responsible to furnish and install the sump pump?

Answer: Plumbing Contractor is responsible to furnish and install the sump pumps.

1.14. Question – T Bell:

Questions and responses attached.

END OF ADDENDUM NO. 01

Notice to Bidders NB - 1 01/26/16

NOTICE TO BIDDERS

MONROE COUNTY will receive sealed Proposals for the CIVIC CENTER COMPLEX

RECONSTRUCTION in Monroe County, New York. Proposals will be received and bids publicly opened

and read at the following place and time:

PLACE: Office of the Purchasing Manager

Monroe County

200 County Office Building

39 West Main Street

Rochester, New York 14614

DATE: September 28, 2016

TIME: 11:00 AM

Bids received by the County after the time specified for bid opening will be date stamped as

evidence of late arrival and returned to the bidder unopened. The bidder assumes the risk of any delay in

the United States Postal Service, in any other delivery service, or in the handling of the bid by any

employee of the County other than Purchasing. Whether sent by the United States Postal Service, other

delivery service, or by personal delivery, the bidder assumes the responsibility for having the bid submitted

on time. The time clock located in the office of the Purchasing Manager is designated the official timepiece

for submission of bids.

The work to be performed consists principally of the furnishing of all labor and materials for:

Various modifications to Mechanical, Electrical and Plumbing systems at

the Civic Center Complex

The foregoing is a general outline of work only and shall not be construed as a complete

description of the work to be performed under the Contract.

Plans and Specifications may be obtained in person at the following location upon payment of

$ 100.00 for each set of documents requested:

Office of the Purchasing Manager

Monroe County

200 County Office Building

39 West Main Street

Rochester, New York 14614

(585) 753-1100

Plans and Specifications may be mailed to prospective bidders upon request, provided that the

prospective bidder assumes all responsibility for all costs associated with mailing, overnight delivery or

otherwise.

Checks for Plans and Specifications should be made payable to "Monroe County Director of

Finance". Plans and Specifications will not be mailed until a check is received by the Purchasing Manager.

Refunds may be provided for unmarked Plans and Specifications which are returned to the office

of the Purchasing Manager at least seven (7) days prior to the original scheduled bid opening date.

Refunds of payment for copies of Plans and Specifications will be provided to those bidders

submitting a proposal on the furnished forms, if returned within thirty (30) days from the date of award of

Notice to Bidders NB - 2 01/26/16

contract to the successful bidder. There will be no refund to non-bidders.

Plans, Specifications and Proposal forms may be examined at the following location:

Builders Exchange

180 Linden Oaks

Rochester, New York 14625

Prospective bidders are encouraged to obtain bid documents from Monroe County Purchasing; the

County does not guarantee either the accuracy or completeness of bid documents obtained from sources

other than County Purchasing. Only those prospective bidders who have purchased bid documents at the

Monroe County Purchasing Office will be assured to be sent all addenda.

The Consultant contact identified below is designated by the Purchasing Manager as the sole point

of contact concerning the subject matter of this public bid, including but not limited to an interpretation(s)

pertaining to the Plans and Specifications, from the date of issuance until the bids are opened and the results

are made public. Requests for an interpretation shall be made in writing prior to the deadline identified in

the INSTRUCTIONS TO BIDDERS. Inquiries may also be directed to the Office of the Purchasing

Manager.

Consultant Contact:

Clark Patterson Lee

205 St Paul St.

Suite 500

Rochester, New York

Richard Morelle (800) 274-9000 x1097

[email protected]

Proposals must be made in writing on the forms furnished and shall be accompanied by a bid

guaranty for an amount not less than five percent (5%) of the amount bid in accordance with the

INSTRUCTIONS TO BIDDERS.

Monroe County is exempt under Sections 1116 of the New York State Tax Law, and therefore, no

sales tax shall be included in the bid.

The successful Bidder will be required to furnish and pay for satisfactory performance and labor

and material bonds and provide insurance in accordance with the INSTRUCTIONS TO BIDDERS.

Monroe County reserves the right to reject any and all bids, and to accept any Proposal or

individual item or items which may be deemed most favorable to its best interests.

The successful Bidders on this work shall comply with the County's policy regarding the use of

minority and women's businesses, including certain goals established by the County for the utilization of

such businesses. The County's program along with specific requirements for bidders and contractors are

included in paragraph 15 of the Instructions to Bidders. The following name and address is made available

to assist prospective bidders in meeting the requirements of this program.

Kevan Sheppard Jr.

Monroe County Department of Environmental Services

50 W. Main Street, Suite 7100

Rochester, New York, 14614-1228

(585) 753-7206

[email protected]

Successful Bidders on contracts with a value of two hundred fifty thousand dollars ($250,000.00)

or more, shall ensure that all laborers, workers and mechanics employed in the performance of any on-site

Notice to Bidders NB - 3 01/26/16

work, either by themselves or by their subcontractors, shall be certified prior to performing any work on the

project as having successfully completed a course in construction safety and health approved by the United

States Department of Labor’s Occupational Safety and Health Administration that is at least ten (10) hours

in duration.

In order for bidders to become familiar with the project, to ask questions and to view the site facilities

A Pre-Bid Meeting will be held at the following place and time:

DATE: September 14, 2016

PLACE: Civic Center Garage

55 S. Fitzhugh Street

Rochester, New York

ROOM: Meet at the Fitzhugh Street Entrance

TIME: 9:00 AM.

At this meeting, the general scope of the project will be reviewed and questions received regarding the

work. Minutes will not be issued for this meeting. Following the meeting, prospective bidders will have the

opportunity to inspect the building site. All prospective bidders are encouraged to attend this Pre-Bid

meeting, inspect the site and generate questions they may have regarding the work. Any interpretations and

or clarifications necessitated by this meeting will be issued by a formal addendum. Bids submitted by

bidders that did not attend the Pre-Bid Meeting may be rejected as informal

MONROE COUNTY

By:

Dawn Staub

Purchasing Manager

Special Conditions SC-1 10/28/14

SPECIAL CONDITIONS

These Special Conditions were prepared as a guide to be used as needed. The specification writer should

carefully select those special conditions applicable to the project. Consideration should also be given to

determine what other Special Conditions should be included based upon project need.

1. Parking:

a. The owner will not provide contractor parking for this project.

2. Site Access.

a. A service elevator will be made available for use by the contractors to move materials

and equipment into the upper floors.

b. A work access route will be provided by the owner to the successful bidder during the

pre-construction meeting and prior to commencement of the work.

3. Background Checks:

a. All Contractor employees are subject to a background check administered by the owner

before they will be permitted to work on the project.

4. Emergency Call-Out Procedures

a. The Contractor shall have an employee available at all times to address issues and problems,

which may arise during the project. This employee shall:

(1) Have authority to summon additional manpower and equipment to resolve any

problems;

(2) Be available after hours, weekends, and holidays; and

(3) Carry a pager and/or a cellular phone.

b. The Contractor shall provide the County with this employee's name, home phone number,

place of residence, cellular phone and/or pager number.

c. The Contractor's employee shall respond within one (1) hour to a call received from the

County, Resident Engineer or the County's Dispatch Office.

d. If there is no response within one (1) hour of the call, the County will resolve or repair the

problem.

e. All costs incurred by the County in response to Item D shall be billed to the Contractor for

actual costs incurred or with a minimum charge of $1,000 for each instance.

f. Failure of Contractor's Emergency Call-Out Employee to respond to three (3) call-outs will

result in removal of that employee from the project and a new employee assigned the above

duties.

5. INITIAL DECISION MAKER AND DISPUTE RESOLUTION

a. All unresolved claims arising out of the contract shall be referred to an Initial Decision

Maker for an initial decision and such initial decision shall be a condition precedent to

mediation or any other dispute resolution proceeding. The Initial Decision Maker shall

be the Engineer

b. The Owner shall notify the Contractor, in writing, of its election to submit a claim or

dispute to the Initial Decision Maker within thirty ( 30 ) days of Owner's receipt of

notice of the claim. Unless the Initial Decision Maker and all affected parties agree

Special Conditions SC-2 10/28/14

otherwise, the Initial Decision Maker shall not decide disputes between the Contractor

and any persons or entities other than the Owner.

c. Within ten (10) days of receipt of a claim or dispute, the Initial Decision Maker shall

review the claim and take one or more of the following actions: (1) request additional

supporting data from the claimant for response with supporting data from the other party;

(2) reject the claim in whole or in part; (3) approve the claim; (4) suggest a compromise;

or (5) advise the parties that the Initial Decision Maker is unable to resolve the claim due

to the lack of sufficient information to evaluate the merits of the claim, or that the

Initial Decision Maker concludes, in its sole discretion, that it would be inappropriate for

the Initial Decision Maker to resolve the claim.

d. In evaluating claims, the Initial Decision Maker may, but shall not be obligated to,

consult with or seek information from either party or from persons with special

knowledge or expertise who may assist the Initial Decision Maker in rendering a

decision. The Initial Decision Maker may request the Owner to authorize retention of

such person, with any expense to be shared equally by the Contractor and Owner.

e. If the Initial Decision Maker requests a party to provide a response to a claim or to

furnish additional supporting data, such party shall respond, within ten (10) days after

receipt of such request and shall either (1) provide a response on the requested

supporting data, (2) advise the Initial Decision Maker when the response or supporting

data will be furnished or (3) advise the Initial Decision Maker that no supporting data

will be furnished. Upon receipt of a response or supporting data, if any, the Initial

Decision Maker will either reject or approve the Claim, in whole or in part.

f. The Initial Decision Maker shall render an initial decision approving or rejecting the

claim, or indicating that the Initial Decision Maker is unable to resolve the Claim. The

initial decision shall (1) be in writing; (2) state the reasons therefore; and (3) notify the

parties of any changes in the contract sum or contract time, or both. To the extent the

Initial Decision Maker is able to render a decision resolving the claim, that decision shall

be final and binding on the parties, but subject to non-binding mediation or, upon the

mutual agreement of both parties, litigation in a court of competent jurisdiction in

Monroe County, New York. In the event that a decision is rendered by the Initial

Decision Maker, either party may demand mediation challenging that decision within

thirty (30) days of issuance of the initial decision, with such mediation being conducted

within sixty (60) days of the demand, unless extended by mutual agreement of the

parties. Failure to conduct mediation pursuant to this section shall constitute a waiver of

any challenge to the initial decision that was rendered.

g. In the event the Owner elects not to submit a claim to the Initial Decision Maker for

determination, either party may demand non-binding mediation of any claim within thirty

(30) days of the Owner's notice of its election not to submit the claim to the Initial

Decision Maker or the expiration of the Owner's deadline to make such election,

whichever is earlier. Such mediation shall be conducted within 60 days of demand,

unless extended by the mutual agreement of the parties. Mediation may be waived by the

mutual agreement between Contractor and Owner.

h. For all mediation conducted pursuant to this contract, the Owner and Contractor agree to

select a mediator from lists suggested by each party. The mediator will be a person

knowledgeable in construction disputes and may be an accredited mediator, contractor,

consultant or attorney. The parties shall share the mediator's fees equally. All mediation

sessions shall be held in Monroe County.

i. In the event the parties mutually agree to waive mediation, either party may commence

Special Conditions SC-3 10/28/14

litigation in a court of competent jurisdiction venued in Monroe County, New York,

within One Hundred Eighty (180) days from receipt of the notice of claim. Failure to

commence an action pursuant to this section shall constitute a waiver of any challenge to

the initial decision that was rendered.

Wage Rate Note WR-1 01/26/07

WAGE RATE NOTE

PROJECT: __CIVIC CENTER COMPLEX RECONSTRUCTION__________

NYSDOL PRC#: 2016009474___________

The Contractor shall ensure that workers are paid the appropriate wages and supplemental

(fringe) benefits. Throughout the contract, the Contractor shall obtain and pay workers in

accordance with periodic wage rate schedule updates from the NYS Department of Labor

(NYSDOL). Wage rate amendments and supplements are available on the NYSDOL web site

at www.labor.state.ny.us. All changes or clarification of labor classification(s) and

applicability of prevailing wage rates shall be obtained in writing from the Office of the

Director, NYSDOL Bureau of Public Work.

The NYSDOL prevailing wage rate schedule for this contract has been determined and is

available on the internet. The prevailing wage rate schedule is accessed by visiting the

NYSDOL web site, navigating to the appropriate web page, and entering the Prevailing Rate

Case No. (PRC#).

A copy of the project specific prevailing wage rate schedule will be provided to the successful

bidder upon award of the contract. Upon written request, the schedule will be provided by the

Owner to prospective Bidders without internet access.

OWNER DISCRETION

SHROWD TO BE PROVIDED TO COVER THE OPENING WITHOUT NEED FOR TILE REPAIR. NO ADDITIONAL DETAIL PROVIDEDAT THIS TIME.

YES, TO BE COORDINATED WITH OWNERE

AS REQUIRED TO PERFORM WORK

PROVIDED INADD 01