6
TARRANT COUNTY ADMINISTRATION BUILDING, SUITE 303 100 E. WEATHERFORD, FORT WORTH, TEXAS 76196, (817) 884-1414, (817) 884-2629 (FAX) TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. ROB COX, C.P.M., A.P.P. PURCHASING AGENT ASSISTANT PURCHASING AGENT DECEMBER 27, 2017 ADDENDUM #1 RFB NO. 2018-047 TARRANT COUNTY ADMINISTRATION BUILDING RENOVATION – PHASE I – RESTROOMS BIDS DUE JANUARY 18, 2018 1. Change: The due date for this bid has been changed to January 18, 2018 at 2:00 p.m. 2. Changes/Clarifications/Questions & Answers: a. Discard page 82 of the original specification package and replace with revised page dated 12/27/2017. b. Changes, Clarifications, and Questions/Answers are included in this addendum on the following pages This addendum must be signed and the original and two (2) copies must be returned with bid. NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE: ____________________________________ Signature __________________________ ____________________________________ Name _____________________________ ____________________________________ Title ______________________________ ____________________________________ Tel. No. ___________________________ E-Mail Address _______________________ Fax No: ___________________________

TARRANT COUNTY and RFPs...is particularly important on levels 1, ... honeycomb of resin-impregnated kraft paper in thickness required to ... at locations where machine screws are used

Embed Size (px)

Citation preview

TARRANT COUNTY ADMINISTRATION BUILDING, SUITE 303 100 E. WEATHERFORD, FORT WORTH, TEXAS 76196, (817) 884-1414, (817) 884-2629 (FAX)

TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. ROB COX, C.P.M., A.P.P. PURCHASING AGENT ASSISTANT PURCHASING AGENT DECEMBER 27, 2017

ADDENDUM #1

RFB NO. 2018-047

TARRANT COUNTY ADMINISTRATION BUILDING RENOVATION – PHASE I – RESTROOMS

BIDS DUE JANUARY 18, 2018 1. Change:

The due date for this bid has been changed to January 18, 2018 at 2:00 p.m. 2. Changes/Clarifications/Questions & Answers:

a. Discard page 82 of the original specification package and replace with revised page dated 12/27/2017.

b. Changes, Clarifications, and Questions/Answers are included in this addendum on the following pages

This addendum must be signed and the original and two (2) copies must be returned with bid.

NAME AND ADDRESS OF COMPANY: AUTHORIZED REPRESENTATIVE:

____________________________________ Signature __________________________

____________________________________ Name _____________________________

____________________________________ Title ______________________________

____________________________________ Tel. No. ___________________________

E-Mail Address _______________________ Fax No: ___________________________

TARRANT COUNTY ADMINISTRATION BUILDING RENOVATION – PHASE I – RESTROOMS

PAGE 82 OF RFB NO. 2018-047 Revised 12/27/2017

BID PROPOSAL Having read and understood the Instructions to Bidders and Specification, we submit the following bid:

1. Tarrant County Administration Building Renovation – Phase I - Restrooms

*LUMP SUM BID ________________________________________________DOLLARS

*($____________________________)

EARLIEST POSSIBLE START DATE: _______________________________________

TOTAL CALENDAR DAYS TO COMPLETE PROJECT: ____________________________ Said amount being hereinafter referred to as the Base Bid or Base Bid Proposal. This total represents an aggregate total where more than one unit of work is being used.

Bidder must breakdown bid into the following categories:

Materials $_____________________

Services $_____________________

Required Bonds $_____________________

Contingency Allowance: $ 10,000.00

Total * $_____________________

* The sum of the amounts bid for Materials and Services must equal the Total Lump Sum Bid

requested above and must be for the estimated quantities listed in the Technical Specifications.

Alternate 1

DESCRIPTION Unit Price

1. Provide and install two (2) isolation valves per floor $______________

THE ORIGINAL AND TWO (2) COPIES OF THIS PAGE MUST BE RETURNED WITH BID!

Addendum No. 01

Date: December 22, 2017

To: All bidders

12/22/17

From: GSBS ARCHITECTS

Project Name: Tarrant County Administration Building- 1st through 5th Floors Renovations

GSBS Architects Project #: 2016.077.00

This addendum shall be considered to be part of the contract documents for the project referenced above. Where provisions of the following supplemental information differ from that contained in the original contract documents, this Addendum shall govern and take precedence.

Bidders are hereby notified that they shall make any necessary adjustments in their estimate on account of this Addendum. It will be construed that each Bidder’s proposal is submitted with full knowledge of all modifications and supplemental data specified therein. Acknowledge receipt of this addendum in the space provided on the Bid Form. General:

1. Specific note is brought to the Phase I and Phase II of the project and Contractor shall provide bid according to Division 1 Summary of Work as outlined on Sheet A4.1 and as further directed by Tarrant County Purchasing Department. Bidding under this advertisement is Phase I only.

2. Regarding the existing building controls system: Contractor shall provide and install DDC controls on new Fan Powered Boxes and add to existing Reliable Controls Building Automation System.

3. The area designated for contractor to store materials will be 2nd Floor Administration Building in the old Credit Union space (northeast corner of the building). The area is currently finished and the finishes will need to be preserved throughout the construction duration. Contractor shall preserve and provide protection to all finishes including the flooring within the space. Contractor may utilize this space for field operations during the construction duration.

4. Restroom facilities will be the responsibility of the Contractor. Workers will not be allowed to utilize the existing facilities within the building. The dock area cannot accommodate the temporary restroom facilities. Temporary toilet facilities shall not be located on owners property.

5. The Contractor shall provide their own rubbish disposal units and cannot utilize the existing dock for the waste disposal containers.

2015.077.00 – Tarrant County Administration Building- GSBS ARCHITECTS1st through 5th Floors Renovations

ADDENDUM 01 2

6. The existing dock area can be utilized for the loading/unloading of construction materials only and shall be cleared of vehicles immediately upon completion of loading/unloading.

7. Parking for construction workers is not provided by the county. 8. Bidder Question: “Since the restroom corridors are not specifically calling for flooring

demolition, and the finish schedule calls for VCT in the corridors, are we just to replace the VCT and rubber base as patch work where walls are changed or does the entire corridor need to be demoed and replaced?” Answer: Removal of existing finishes are required in the restroom corridors prior to placement of newly scheduled materials. First floor, where terrazzo is currently installed will remain as existing terrazzo. Minimal patchwork of existing terrazzo is required where existing partitions are removed. Matching epoxy terrazzo shall be provided by contractor.

9. The Existing Fire Alarm is a Simplex Grinnell System. Contractor shall provide devices and coordinate with existing fire alarm manufacturer/contractor for the proper design, extension, programming and new devices required for the existing system, meeting the requirements of the Authority Having Jurisdiction (AHJ) for the project.

10. It is the intent to remove and re-install doors and frames as necessary to achieve a “like new condition.” If contractor wishes to provide new frames where salvage of frames and final finish are not likely to result in a “like new condition,” contractor’s option is to replace demolished frame with new. In any case, contractor shall replace the frame of doors if swing is reversed from original installation.

11. Clarification: Per Sheet P2.1 and P2.2, General Note #5 to provide one isolation valve for domestic water service on each floor. Contractor shall provide the number of isolation valves required to isolate the domestic water on each floor and provide for any additional isolation valves required for the further isolation required for phased construction of the domestic water supply on each floor. For bid purposes, include the cost and installation of two (2) isolation valves per floor and provide the unit price cost and installation of an isolation valve on the bid form provided.

12. Clarification: Sheet A4.1, Temporary Facilities: Contractor shall take necessary control measures which prevent any migrating of dust beyond the construction zones. Incorporate measures to clean up immediately, any dust and debris tracked into occupied spaces. Temporary secure barriers (stud and gypsum wallboard) shall be constructed to prevent public migration from front of house to back of house corridor through restroom corridors. This Secure partition construction is particularly important on levels 1, 2 and 4. The passage corridors of occupied spaces in back of house must be maintained at all periods of construction on each floor.

13. Clarification- Sheet A4.1, Salvage of Materials; Contractor shall salvage only materials scheduled for reinstallation; all other materials are to be removed from site.

Specifications:1. Sheet A4.2; Specifications Section 102113, Replace this section in its entirety

with the following: “102113 – Stainless Steel Toilet CompartmentsStainless Steel toilet compartments configured as toilet enclosures, entrance screens and urinal screens.Toilet-Enclosure Style: Overhead braced.Entrance-Screen Style: Overhead braced.Urinal-Screen Style: Overhead braced.

Door, Panel, and Pilaster Construction: Seamless, metal facing sheets pressure laminated to core material; with continuous, interlocking molding strip or lapped-and-formed edge closures; corners secured by welding or clips and exposed welds ground smooth. Provide with no-sightline system. Exposed surfaces shall be free of pitting, seam marks,

2015.077.00 – Tarrant County Administration Building- GSBS ARCHITECTS1st through 5th Floors Renovations

ADDENDUM 01 3

roller marks, stains, discolorations, telegraphing of core material, or other imperfections.

1. Core Material: Manufacturer's standard sound-deadening honeycomb of resin-impregnated kraft paper in thickness required to provide finished thickness of 1 inch (25 mm) for doors and panels and 1-1/4 inches (32 mm) for pilasters.2. Grab-Bar Reinforcement: Provide concealed internal reinforcement for grab bars mounted on units of size and material adequate for panel to withstand applied downward load on grab bar of at least 250 lbf (1112 N), when tested according to ASTM F 446, without deformation of panel.3. Tapping Reinforcement: Provide concealed reinforcement for tapping (threading) at locations where machine screws are used for attaching items to units.Doors and Panels: Finished to not less than 1 inch thick. Pilasters: Provide construction finished to not less than 1 inch thick and with internal, nominal 0.120-inch- thick, steel-sheet reinforcement.Pilaster Shoes and Sleeves (Caps): Formed from stainless-steel sheet, not less than 0.031-inch nominal thickness and 3 inches high, finished to match hardware.Urinal-Screen Post: Manufacturer's standard post design of material matching the thickness and construction of pilasters; with shoe and sleeve (cap) matching that on the pilaster.Brackets (Fittings): Full height U-brackets, stainless steel.Hardware and Accessories: Manufacturer's standard operating hardware and accessories in stainless steel. To include Hinges, Latch and Keeper, Door Pull, Door Bumper, Coat Hook.Overhead Bracing: Manufacturer's standard continuous, extruded-aluminum head rail with antigrip profile and in manufacturer's standard finish.Stainless-Steel Sheet: ASTM A 666, Type 304, stretcher-leveled standard of flatness.Stainless-Steel Castings: ASTM A 743/A 743M.Overhead-Braced Units: Provide manufacturer's standard corrosion-resistant supports, leveling mechanism, and anchors at pilasters to suit floor conditions. Provide shoes at pilasters to conceal supports and leveling mechanism.Door Size and Swings: Unless otherwise indicated, provide 24-inch- wide in-swinging doors for standard toilet compartments and 36-inch- wide out-swinging doors with a minimum 32-inch- wide clear opening for compartments designated as accessible.”

Drawings:1. Sheet A2.3; Finish Schedule, Replace finish schedule in its entirety with the one attached.2. Sheet M0.1, General Note 24; Clarification- The Testing and Balancing agency shall be selected

and services paid by the Owner. Contractor shall coordinate with Owner’s TAB contractor.3. Sheet E0.1; Code Summary; Change references of 2014 National Electrical code to read 2017

National Electrical Code. The project, as designed, complies with the 2017 NEC.

End of Addendum No. 01