Loading...
HomeMy WebLinkAboutAddendum No. 2f �ECaxni KENNETH ROBERTSON JOHNNY MARTINEZ, P.E Chief Procurement Officer City Manager ADDENDUM NO. 2 IFB No. 315279 June 7, 2012 Generator Replacement at Four (4) Fire Facilities TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and deletions amend the IFB documents of the above captioned IFB, and shall become an integral part of the Contract Documents. Words and/or figures stricken through shall be deleted. Underscored words and/or figures shall be added. The remaining provisions are now in effect and remain unchanged. Please note the contents herein and reflect same on the documents you have on hand. The IFB closing date and time has been extended to Friday, June 22, 2012 at 1:00 PM. Section 2.4, subsection 3, has been amended as follows: 3) All bidders must hold and submit with their bid res onse (and maintain throughout the duration of the contract) a valid State of Florida General Contractor's License or a Miami -Dade County issued Certificate of Competency for Construction work. Failure to submit proof may deem your bid non -responsive The following section has been added to the Special Conditions: 2.7 Equal Product Manufacturer's name brand name and model/style number when used in these specifications are for the sole purpose of establishing minimum requirements of levels of g ualitv, standards of performance and design required and is in no way intended to prohibit the bidding of other manufacturer's brands of equal material unless otherwise indicated. Equal (substitution) may be bid. provided product so bid is found to be equal in quality standards of pertorrilance, design, etc. to item specified, unless otherwise indicated. Where equal is proposed bid m c.ist be accompanied by complete factory information sheets (specifications, brochures, etc.) and test results of unit bid as equal. Failure to do so at time of bid may deem yourbid non-rsponsive. The following section has been deleted from the Special Conditions: 2,7--No-Substitution -Whop " o C hc.t t ti J L' ti ti ` f aure r Section 3.1 has been amended as follows: The work specified in this bid consists of furnishing all labor, parts, materials, equipr-rient, services, and incidentals necessary, including any costs associated with the coordination with Utillty companies, etc., to furnish and install emergency standby generators, at Fire Stations 1, 6, 8 and 9 i ri accordance with the specifications herein and the permit drawings attached to the header section of this IF B - Acceptable Manufacturers: MTU/ Katolight, Caterpillar, Cummins/Onan and/or approved 4 ual. Addendum No. 2 IFB315279 The following are the City's responses to questions received from prospective bidders: Q1. Is contractor responsible for fuel for testing the new generators and filling the new system? Al. Yes, contractor is required to provide fuel for testing and at the completion of the project to leave the day tank full of fuel. Q2. The scope of work pg 53, FS #1 item (9) states fuel piping to be run inside building. Is this correct? A2. Yes, contractor should refer to piping path shown on drawing P-1. The piping runs in an enclosed breezeway on the west side of the building before entering the generator room. Q3. Pg 52 Item (1D) provide a thermostat and connect to existing ventilation fan. What range for thermostat, start temp- stop temp? A3. Refer to drawing M-1 for limits of mechanical work. Q4. Pg.54 scope of work FS #6 item (10) provide and install ventilation fan with a thermostat. Please provide specifications and approximate location? A4. Refer to drawing M-1 for limits of mechanical work. Q5. Pg. 54 scope of work FS#8 item(4) provide a day tank. Is this correct since the main fuel tank is directly outside? A5. Yes, provide a day tank. Q6. Scope of work FS#8 item (10) provide and install ventilation fan with a thermostat. Please provide specifications and approximate location? A6. Refer to drawing M-1 for limits of mechanical work. Q7. FS#9 is the radio building work to be deleted from job scope? A7. Disregard any reference to work related to radio building depicted on the drawings. Q8. Since this job consists of electrical work, diesel fuel system work, window/wall removal, concrete pad and block wall work, will the City require a General Contractor to bid this as prime? Or may an Electrical Contractor bid this a prime? A8. Yes, a general contractor will act as the prime for these projects. Please refer to the revised Section 2.4 Q9. As you may know Kohler has historically co -manufactured generators with MTU/Detroit Diesel. Most of the MTU/Detroit Diesel generators in service today were manufactured by Kohler. With this in mind, will the City accept Kohler as technically equivalent to MTU/Detroit Diesel? A9. Yes. Refer to the revised Section 3.1 of the IFB. Page 2 Addendum No. 2 IFB315279 Q10. We are planning to hand deliver a hard copy of our bid at the. City Clerk's office together with.the Bid Bond at 3500 Pan American Drive on the 12th of June at 1:00 PM, is this the correct time and place? A10. The closing date and time has been changed to June 22nd, 2012 at 1:00 PM. Please refer to Section 1.79 for further information regarding the submission and receipt of responses. Q11. Are all the Fire Stations to be completed concurrently? Alt Yes, all Fire Stations are to be completed concurrently. This is one project. Q12. Is the vendor responsible in financing the entire job? Or can the vendor receive deposits to draw from? Al2. Please refer to Section 2.9 Schedule of Values and Section 2.11 Progress Payments. Q13. Do you have your own BID Bond form or we use a generic? A13. Please refer to the attached Performance and Payment Bond form. Q14. Can the City of Miami accept the electrical contractor as being the prime contractor. That is, contract will be between the City of Miami and the electrical contractor. The electrical contractor (prime) will take complete responsibility of the turnkey project thru his GC. Bonds will be issued by the prime contractor. The main coordination will be between the electrical contractor and the City of Miami. The required GC permit will be obtained as required to comply with state and city regulations. A14. Please refer to Q8. Q15. I know the GC will be submitting the proposal and they must register with the city as a vendor, is this requirement only for the GC or do the major subs have to be registered as well. In this project the electrical is really the prime sub with the highest dollar amount of work. A15. Only the bidder is required to be registered with the City. Q16. FS#1 concerning the double doors Drawing A-1 ....remove existing doors, frame and hardware. Pg. 53 in the specifications item (11) Repair and paint existing double doors. Which is it remove or repair? A16. On sheet A-1 concerning FS#1, all doors, frames, and .hardware that are noted to be removed are to be replaced per the door and hardware schedules on that same sheet. All new doors are to be painted. Submit shop drawings for review prior to fabrication. Q17. May an Electrical contractor be the Primary contractor for this bid? A17. Please refer to Q8. Q18. Is bid Bond / Performance bond required? A18. Yes. Please refer to Sections 2.26 and 2.27 of the Special Conditions Section of this IFB document. Q19. Will the city keep the existing generator? Page 3 Addendum No. 2 IFB 315279 A19. The City of Miami's Fire Department will retain existing generators. Q20. Will the city of Miami pay for the permit fee? A20. Yes, we will provide a Waiver for permit fees. Please also refer to Section 2.23 of this IFB. Q21. The bid specs call for a bid bond and a performance bond, but the package does not include a Bid Bond Form. Can you provide a form? Or, do we use the standard A1A Bid Bond Form? A21. Refer to Q13. Q22. Would the City of Miami consider (MFG) "Kohler Generators" as an alternative for the bid? A22. Please refer to Q9. Q23. What will happen with the generators that are being replaced? A23. Refer to Q19. Q24. When should the bid bond be submitted and to who and where? A24. Please refer to Sections 2.26 of the Special Conditions Section of this IFB document. Q25.The Specifications dictate that the stations cannot be left without power. My question is during that period of time will the entire service be temped or can we assume the emergency communications, doors, general lighting and emergency operations be functional but not concern ourselves with the A/C, cooking or non -essential loads? A25. All loads must be maintained at all times. Q26. Should we consider fuel in the base bid for the 100 gallon base tanks or utilize the existing fuel in the convault tanks? A26. Yes, contractor is required to provide fuel for testing and at the completion of the project. 427. I have a copy of the hardware schedule but I need a list of the manufacturer for exit devices, closers, etc. A27. The following manufacturers were noted in the Door Hardware Schedule. Pre -approved equals are acceptable. FL2103 - Precision Apex Fire -rated rim exit device. AB933 - Hager Full Mortise Hinge 4111N - LCN Closer K3125 - Rockwood Kick Plate 608 - Rockwood Door Silencer 303AS - Pemko Weatherstrip 2005AV - Pemko Threshold Page 4 Addendum No. 2 ,Q28. Is there a payment schedule if awarded the job? A28. Please refer to Q12. ALL OTHER TERMS AND CONDITIONS OF THE IFB REMAIN THE SAME. Sincerely, Kenneth Robertson Director/Chief Procurement Officer Page 5 IFB315279