ADDENDUM TO ITB DOCUMENTS
INVITATION TO BID (ITB):
2014‐08 Pine Trails Park Phase IV
ADDENDUM NO.
3
DATE:
8/22/14
To All Potential Bidders: This addendum is issued to modify the previously issued bid documents and/or given for informational purposes, and is hereby made a part of the bid documents. Please attach this addendum to the documents in your possession. Per the ITB, the bidder shall acknowledge receipt of any and all addenda, if any, listing the Addenda by number(s) and date(s) in their Letter of Interest.
Changes to ITB: Attached is a copy of the soils report for informational purposes. SPECIFICATION CHANGES: SECTION 08 71 00 DOOR HARDWARE: 1. In Paragraph 2.2 C: Delete the words “three‐knuckle”. 2. Add the following Paragraph: 3.6 HARDWARE SCHEDULE AND GROUPS: A. Hardware Group No. 01 – RESTROOMS (Door Nos. 101, 102, S101, S102) Hurricane Code Compliant opening based on Ingersoll Rand Steelcraft NOA #12‐0305.14 Quantity Description Model No. Finish Mfg. 3 EA HINGE 5BB1 4.5 X 4.5 NRP 630 IVE 1 EA DEADBOLT B663P 626 SCH 1 EA PUSH PLATE 8200 8” X 16” 630 IVE 1 EA PULL PLATE 8303‐0 4” X 16” 630 IVE 1 EA SURFACE CLOSER 4110 EDA SRI MC BRT LCN 1 EA KICK PLATE 8400 10” X 2” LDW 630 IVE 1 EA FLOOR STOP FS434 603 IVE 1 SET WEATHERSTRIP PS‐074 SINGLE BLK STE 1 SET FAS‐SEAL DR BTM 4987 GRY STE 1 EA THRESHOLD 896V 36” AL NGP
B. Hardware Group No. 02 – EXTERIOR SINGLE DOORS (Door Nos. 101A, 104A) Hurricane Code Compliant opening based on Ingersoll Rand Steelcraft NOA #12‐0305.14 Quantity Description Model No. Finish Mfg. 3 EA HINGE 5BB1 4.5 X 4.5 NRP 630 IVE 1 EA STOREROOM LOCK ND96PD RHO 626 SCH 1 EA SURFACE CLOSER 4110 SCUSH SRI MC BRT LCN 1 EA KICK PLATE 8400 10” X 2” LDW 630 IVE 1 SET WEATHERSTRIP PS‐074 SINGLE BLK STE 1 SET FAS‐SEAL DR BTM 4987 GRY STE 1 EA THRESHOLD 896V 36” AL NGP C. Hardware Group No. 03 – OVERHEAD COILING DOORS (Door Nos. 100A, 104A) Quantity Description Model No. Finish Mfg. 1 EA PADLOCK KS43D2300 606 SCH Balance of Hardware by Roll‐up Door Manufacturer. D. Hardware Group No. 04 – EXTERIOR DOUBLE DOORS (Door No. 106)
Hurricane code compliant opening. Hardware as scheduled per Ingersoll Rand Steelcraft NOA#12‐ 0305.13
Provide each PR door(s) with the following:
Quantity 6 EA 2 EA 1 EA 2 2 2 2 2 1
EA EA EA EA EA EA
Description HINGE SURFACE BOLT VANDL STOREROOM LOCK SURFACE CLOSER KICK PLATE JAMB SEAL DOOR BOTTOM DOOR SWEEP THRESHOLD
Model No. 5BB1 4.5 X 4.5 NRP SB360 12" T ND96PD RHO
Finish 630 604 626
4040XP SCUSH 8400 10" X 1" LDW 8144‐20' 381A 36" 8197AA‐3' 566A 72" MSLA‐10
689 630 BLK AL AL AL
Mfg. IVE IVE SCH LCN IVE ZER ZER ZER ZER
Operational Description: Vandlgard lever. Outside lever always disengaged. Entrance by key only. Inside lever always unlocked. Self‐Closing. Templating allows Spring CUSH Arm to stop the door's swing between 85 and 110 degrees. E. Hardware Group No. 05 – STOREROOM DOOR
(Door No. 103)
Provide each SGL door(s) with the following:
Quantity 3 EA 1 EA 1 EA 3 EA
Description HINGE VANDL CLASSROOM LOCK WALL STOP SILENCER
Model No. 5BB1 4.5 X 4.5 NRP ND94PD RHO WS407CVX SR64
Finish 652 626 630 GRY
Mfg. IVE SCH IVE IVE
Operational Description: Vandlgard lever. Outside lever disengaged and unlocked by key. Inside lever always unlocked. END OF SECTION 08 71 00 QUESTIONS AND ANSWERS: Q1. The “Bid Schedule of Items” – Section 003100 of the Bid Documents requires extensive itemized breakdown for hundreds of line items as listed in this schedule. Please consider that the Bidders receive prices from major trades’ sub‐contractors / suppliers’ right before bid submission. Also, this extensive detailed breakdown requires very long time for unit & total price of each and every line item. This is extremely difficult for all bidders to type these numbers on PDF manually or fill out these numbers by hand in the schedule of bid prices accurately same time when prices are received right before bid. Accordingly, we would like to request for the Excel file of “Bid Schedule of Items” in the required format as revised in an Addendum # 1 be provided as soon as possible. This Excel file will help to save tremendous amount of time for this exercise as required for bid submission. A1. The Excel file will be provided for reference only and accuracy is not guaranteed by either the City or the Engineer. It is the Contractor’s responsibility for all content submitted in their bid. Q2. Bleacher Shade Canopies & Picnic “Pavilion” Shade – ULTRA SHADE as equal (specs attached) a. NOTE: Sealed Engineer Drawings will be supplied to ensure product meet FL Building Code and local Wind Rating A2. For Bleacher Shade Canopies, this product will be accepted upon the condition that the shop drawings meet exactly what currently exists on site or the product will be rejected. For Picnic “Pavilion” Shade, this product will be accepted upon the condition that the product meets the same size, as provided in Addendum #2, and all color and material specifications provided in the plans. Additionally, canopy and frame colors must match Bleacher Shade Canopies. Q3. 21’ Team Bench – NATIONAL RECREATION as equal (spec sheet attached)
a. NOTE: This manufacturer is already specified for the bleachers A3. National Recreation “as equal” Team Bench model #BE‐DE21 is not accepted. This product is intended for interior use. Q4. 27’ Baseball Bench – NATIONAL RECREATION as equal (spec sheet attached) a. NOTE: We do not have a spec sheet for a 27’ length, however, we can make this size. Spec sheet provided reflects a 24’ length. b. NOTE: This manufacturer is already specified for the bleachers A4. This product is approved “as equal”. Q5. Picnic Tables – KAY PARK as equal (spec sheet attached) a. Forest Green powder coated frame is available A5. Product is accepted “as equal” upon the condition that the product meets same materials and color finishes as provided in the plans. Q6. Sheet LA‐151‐ detail 5 calls out bottom rail on both fences – (A & B). The notes on the same page state‐ “Bottom rail optional” on both – please clarify. A6. Bottom rail is optional on 4’ (Type A) fence only, but is required for all other specified fence heights. Q7. The legend on Detail 5 # 8‐ calls out a 2” OD line post on the 10’ chain link. FBC 2010‐Section 2224.2‐ calls out a 2 ½” OD x .130T for this line post – Please clarify A7. FBC requirements supersede post diameter plan callouts. Q8. The specifications call out 120 mph wind speed for the chain link – FBC calls for all fences in excess of 12’ high to be built to section 16. Please clarify. A8. FBC requirements supersede project specifications and shall be met. Q9. The backstops will be over 12’ high‐ will we be required to build them to section 16 as per FBC 2224.1 Wind speeds in sec.16 are over 150 mph‐ are we to provide engineered drawings to meet this? A9. FBC requirements supersede plans and specifications. Engineered shop drawings shall be provided to verify wind speed calculations. Q10. Will signed & sealed engineered fence drawing be required on the Backstop only ?
A10. Signed & sealed fence drawings are required for the Backstop and all fencing. Q11. Will signed & sealed engineered fence drawing be required on the 10’ high fence ? A11. Signed & sealed fence drawings are required for the 10’ high fence and all other fencing. Q12. Will a fence permit be required by the fence sub‐contractor in addition to the master? A12. No, fence permit is covered under the general building permit. Q13. Is there a permit fee schedule we can refer to, in carrying permit costs if required? A13. There is no permit fee schedule at this point. An allowance is provided in the Bid Schedule of Items to cover all permit costs. Q14. Will the City pay for the fence permit fees? A14. No, fence permit is covered under the general building permit. The Contractor is responsible for all permit costs. Q15. Will a licensed electrician be required to ground & lightning protect the fence? A15. Yes, a licensed electrician is required. Q16. Attached are some more specifications for pre‐approval for this project…I will probably have to send them in 2 emails due to the size 1 or 2 of them. Soccer Goals (pair of 2) – Athletic Connections as approved equal (spec attached) Combo‐ Goal Football/Soccer (pair of 2) & Net – Athletic Connection as approved equal (specs attached) Foul Poles – Athletic Connection as approved equal (spec attached) Batting Cage/Tunnel – Athletic Connection as approved equal (spec attached) All the bases that will be quoted are the specified brand and model numbers. A16. Soccer Goal “as equal” from Athletic Connection, model #SGA400, is approved. Combo‐Goal Football/Soccer “as equal” is not approved as the product does not meet material requirements as provided in the plans. Foul Poles “as equal” is not approved as the product does not meet material requirements as provided in the plans. Batting Cage/Tunnel “as equal” is not approved as the product does not meet material requirements as provided in the plans.
Q17. Please see the attached file and CSI substitution request form. Shade Systems Inc. has been providing shade structures, covers, tents, awnings, umbrellas, and shade canopies nationally for over a decade. Our product lines are perfect for playgrounds, pools, schools, and other outdoor spaces where people and children seek protection from the sun’s harmful U.V. (Ultra Violet) rays. Our fabric shade structures and canopies are more affordable than traditional metal or wood shelters. Shade Systems Inc. feature a sturdy hurricane‐rated metal frame with wind ratings of the shade installed of 90MPH and metal structural frame only of 150MPH. Our remarkable CoolNet™ fabric screens up to 99% of the sun's ultraviolet rays while still allowing children and adults to enjoy the outdoors for extended periods of time comfortably and safely. Our patented and time‐tested Turn‐N‐Slide™ fastening system makes it easy to install and remove the fabric canopies for winter or in case of severe weather. Add that each side of canopy has an independent cable that's pre‐cut and looped at the factory ‐ no continuous cables requiring in the field measuring and cutting. Our patented design includes a vandal‐ resistant hex key and requires only a common socket wrench ‐ no special tools for installing or removing your canopy. We stand by our products with the industry best warranties of (20) year frame corrosion– (10) year fabric – (1) year for structural failure of any part not covered by one of the other warranties. You can see that it is our commitment to design and manufacture outdoor shade systems which meet the customer's objectives for providing protection from the sun's ultra‐violet rays, heat, glare, and hail. Our products will be built to exacting standards which deliver QUALITY, at an ECONOMICAL cost which ultimately provides the customer with long term VALUE. The link below will also let you explore all the details above and show our full line of shade products that we can provide. Thank you for your time and consideration. We hope that Shade Systems Inc. can be a shade solutions provider that provides the coolest solutions under the sun. A17. This manufacturer will be accepted upon the condition that the products meet exactly what currently exists on site now for the bleacher Shade Canopy and the Pavilion meets the same size, as provided in Addendum #2, and color and material specifications provided in the plans. Q18. The specs on the asphalt are a little vague. I would appreciate if you can confirm which of the following mixes and thickness is required for this project; SP12.5 Mix ‐ Installed in one left of 1.5” thickness‐ this is the minimum allowable thickness per lift according to FDOT standard 334‐1.4.1 SP9.5 – Installed in two Lifts of 1” thickness per lift – this is the minimum allowable thickness per lift according to FDOT standard 334‐1.4.1 S‐III Mix – Installed in two lifts of 0.75” per lift A18. S‐III Mix shall be used and place in a single lift of 1.5”.
Q19. Does the city require virgin or recycled mixes for the asphalt pavement? A19. Plans call for virgin mixes. Q20. Does the project involve the use of federal grants in any way? A20. No Federal Grants are associated with this project. Q21. Section 00 31 00 states that “The contractor is solely responsible for determining the quantities and understanding that any items not specifically indicated in the Bid Schedule shall be considered incidental and are to be included within the Grand Total (Lump Sum) price for the Base Bid, and any of the Alternates.” Can you please confirm it this bid proposed is a lump sum or a unit price contract? A21. Bids are lump sum, however the contractor is still responsible for filling out the Bid Schedule. Q22. In reference to 32 91 13‐4 Rootzone Medium. The specifications ask to install 6‐12 inches, Can we get a more specific depth? A22. A 9” average rootzone is to be used. Q23. The Specifiation Secion 087100, 3.5‐A on page 8 regarding Door hardware Schedule refers to Article 3.6 and 3.5‐5 refers to the Drawings stating: 3.5 DESCRIPTION OF HARDWARE GROUPS AND HARDWARE SCHEDULE A. Provide hardware items in accordance with Article 3.6 Hardware Schedule. Special or unusual conditions not covered shall have hardware of similar type and quality to meet job conditions, and it is Contractor’s responsibility to see that all hardware is supplied to meet job requirements and produce a complete job. B. Hardware Schedule shall be as indicated on the Drawings. END OF SECTION 08 71 00 However, the Article 3.6 was not found in the Bid Documents and it appears that 3.5 is “End of Section 078100”. Also, the Hardware Schedule was not found in the drawings as stated in 3.5 B. Please provide the Hardware Schedule and other related information ASAP. A23. Refer to Specification Changes at the beginning of this document. Q24. Can you please provide a clarification for the embankment quantities. I would like to know if the quantities (CY) include the fill required to bring the site to the bottom of subgrade, for example, in the proposed asphalt & concrete pavement/sidewalk locations. A24. Embankment quantities were calculated as a difference between design grade and existing grade. Contractor should verify quantities before placing bids.
Q25. As per Section 0070000 – 10, Article 9, the substantial completion for Base Bid to be achieved on or before April 1, 2015. However, the project duration in calendar days has not been provided for Base Bid from the Notice to Proceed similar to given 240 calendar days for Alternates. Please advise. A25. Per section 9 of Spec 00 70 00, the base bid is to be substantially complete on or before April 1, 2015. Notice to proceed is anticipated to be around September 30, 2014 (subject to change), therefore the number of calendar days for the base bid to be substantially complete will vary based on actual notice to proceed date. In case that the City awards any or all of the Alternates 1A, 1B, 1C, and 2 the Contractor shall achieve substantial completion for this Work within 240 calendar days from the Notice to Proceed.
FIGURES