
Transcription
Office of the Vice Presidentand Chief Financial OfficerProcurement Serviceshttps://procurement.ufl.edu/971 Elmore DrivePO Box 115250Gainesville, FL 32611-5250(352) 392-1331 Fax 352-392-8837September 8, 2022ADDENDUM NUMBER 2 ON INVITATION TO BID ITB23KO-106TITLE: Reitz Lawn and Inner Road Utility and Roadway ImprovementsMandatory Pre-Bid Meeting was held August 16, 2022 at 12:00 PM. Bid opening is scheduled forSeptember 22, 2022 at 3:00 PM in UF Procurement Services, 971 Elmore Drive, Gainesville, FL 32611.This addendum shall be considered part of the Contract Documents for the above-mentioned project as though it had beenissued at the same time and incorporated integrally therewith. Where provisions of the following supplementary data differ fromthose of the original Contract documents, this addendum shall govern and take precedence. Bidders are hereby notified thatthey shall acknowledge receipt of the addendum.This addendum consists of:1. Change in Bid Schedule. Bid due date/time has been moved to September 22, 2022 at 3:00 PM.2. Answers to Contractor questions received by August 26, 2022.3. Notice: Addendum 3 is forthcoming and will be issued the week of September 12th.Karen OlitskyProcurement Agent IIIPLEASE ACKNOWLEDGE RECEIPT OF THIS ADDENDUM 2 AND RETURN WITH YOUR BID. FAILURE TOACKNOWLEDGE THIS ADDENDUM COULD CONSTITUTE REJECTION OF YOUR BID.VENDOR NAMEVENDOR ADDRESSSIGNATUREThe Foundation for The Gator NationAn Equal Opportunity Institution
ITB23KO-106 Addendum 1Contractor Questions & AnswersQ1.Provide a copy of the mandatory pre-bid sign-in sheet.A1.Q2.Due to the coordination efforts between civil drawings, phasing plans, logistics, and otherdrawings, can the deadline for questions be extended to 5:00 PM 8/26/2022?A2.Q3.See Addendum Number 3 for revised Drawing C-600.No drawing C-207, there is a leader regarding "See Note 7" at the end of the STM run toVault SM-4D-1. There is no Note 7 on this drawing page.A7.Q8.See Appendix B in Addendum Number 3.Please clarify dates for Phase E "Pre-Winter Break" period as noted on drawing C-600.A6.Q7.Stockpile and laydown areas are identified on C-5 Series Drawings. Drawing C507 is revised as part of Addendum Number 3.Please provide copy of FDOT permit for 13th Street Intersection work.A5.Q6.Specification Section 01 31 00 will be revised to coordinate with Drawing C-600.The switch will need to be ordered within 14 days of award. Overall projectschedule may be impacted by equipment delivery.Sheet C-507 shows a laydown area and stockpile area in front of Norman Hall. Is thisarea not to be fenced?A4.Q5.Yes.Specification 01 31 00 / 2.1 / G indicates that the work shall be completed by 02/06/2023.Drawing Sheet C-600 goes into more detail regarding completion dates by Phase andindicates an overall completion in June 2024 (Phase I). Please confirm that C-600properly indicates the expectations related to schedule durations and completion. Alsonote that initial feedback indicates a potential lead time concern for new pad-mountedswitch which has the potential to impact completion date indicated on C-600.A3.Q4.The sign-in sheet is available for download on the Procurement ServicesSchedule of Bids webpage. s/The call-out has been removed, see Addendum Number 3.No schedule of values has been provided for the project. As noted in SpecificationSection 01 01 00-1.4-4, we request further clarification on how "Projects" shall be dividedfor future schedule of values to properly schedule estimates for bidding purposes.A8.Generally:UF-644 – Roadway Improvements, Signalization, Signage, etc.644A – Steam/Condensate from Newell EastwardUF-644B – Steam/Condensate from Newell Westward, Electrical improvementsincluding duct bank along Inner Road, Chilled WaterUF-644C – Components of UF-644B required due to budgetingContractor to work with UF to develop SOV for each “Project” prior to first billing.2 of 7
ITB23KO-106 Addendum 1Q9.An office trailer has been specified in Specification 01 50 00-2.3-A but no location foroffice trailer or laydown space has been provided in contract documents. Please clarifywhere office trailer and laydown space is to be located.A9.Q10.For pad mounted medium-voltage switches, are dielectric switches acceptable ratherthan SF6?A10.Q11.This paragraph has been revised to connect the 6” 70S system to the west sideof the Pedestrian Tunnel as part of the Base Bid.In Specification Section 01 01 10-1-4-G-2-H, this step states to re-energize systembetween Vaults SM-3D4-34 and SM-3D4-53. At this step, is it permissible to begin Steamblows between Vault SM-3D4-53 and SM-3D3-78 and branch piping to CSE andMcCarty?A15.Q16.M-301 has been updated to remove the noted Alternate #2 work as part ofAddendum Number 3.In Specification Section 01 01 10-1-4-G-4-B-4 reads to reconnect the 6" 70S system tothe West side of Vault SM-4D-1. This require installing new Steam and Condensatesystem through Pedestrian Tunnel. Please confirm if this work is included in Alternate #2or Base Bid.A14.Q15.See Addendum Number 3 for updated C-600.Alternate #2 is mentioned in Specification Section 012300 relating to strictly an Electricalscope of work. Drawings M-301 show additional Mechanical work related to Steam andCondensate system and notes this work as "Alternate #2". Please clarify what work is tobe included in Alternate #2.A13.Q14.Electrical and Erosion Control.The dates noted on drawing C-600 for Project Phasing do not align with the currentplanned project timeline. Phase A is stated to begin Sept 2022 but project does no biduntil Sept 2022. With contractor selection, contract negotiation, early material submittalsand material lead timelines, it seems the Project Phasing dates listed on C-600 need tomodified or removed to align with the current project schedule.A12.Q13.Dielectric switches are acceptable.Which scopes/disciplines of work will fall under the umbrella of the project's BuildingCode Permit?A11.Q12.See C-5 Series drawings for trailer, stockpile areas, and laydown areas.Locations are to be finalized and agreed upon with Contractor and UF. Logisticsplan(s) shall be developed by Contractor for campus wide approval prior tomobilization.Yes.On Drawing C-204, Steam and Condensate piping between Vault SM-3D4-53 and SM3D3-78 appear to lay in conflict with Vault SM-3D3-9/13. Please clarify if Vault SM-3D39/13 is in conflict with new Steam and Condensate piping.A16.SM-3D3-1/3 is being removed to install new 70S and PC piping, see Drawing C104A and SM-3D3-9/13 is being removed to install new 70S and PC piping, see3 of 7
ITB23KO-106 Addendum 1Drawing C-105. Also see Specification 01 01 10 and Mechanical PhasingDrawings.Q17.In general, existing Steam and Condensate vaults are not shown on drawings. Pleaseprovide this information.A17.Q18.A survey plan nor site benchmarks have been provided in the contract drawings. SiteStationing plans do not provide coordinates for locations of Vaults, Steam andCondensate piping, Chilled Water piping, etc. Can these be provided?A18.Q19.Construction Parking is provided off-site - permits will be issued, seeSpecification Section 01 01 40.Reference drawing PH1-401 Phase 1 - Overall Steam Schematic Plan. Where is existingsteam manhole SM-3D4-34 located on the Civil drawings?A23.Q24.See C-5 Series Drawings.Are there any designated areas for construction parking? If so, please provide locations.A22.Q23.See Specification Section 22 22 00.Are there any designated areas for construction staging? If so, please provide locationsand requirements, if any.A21.Q22.Inspections and testing services to be provided by the Contractor are identified inthe project specifications.Please confirm material type for 2” Sump Drain piping (PSAN). Spec below calls for ventsand drains materials to match the system they are on, meaning it would be Carbon steel.I would think it needs to be stainless steel.A20.Q21.See General Note 24 on Drawing C-000-1.Have the CEI/Inspection services already been purchased for this project?A19.Q20.See C-0 Series Drawings, C-1 Series Drawings, Mechanical GeneralArrangement Drawings, Mechanical Phasing Drawings, Mechanical Part Plans,Sections, and Isometric Views Drawings, Mechanical Schematics Drawings.See Addendum Number 3, Drawing MGA-101.Requirements for what asbestos survey and abatement are no clarified in contractdocuments. If contractor is to include pricing in base bid for asbestos abatement, wewould request information regarding where asbestos is expected on the project. Withoutasbestos survey, it is unclear where these areas are as they are not identified on contractdocuments.A24.See revised Specification Section 00 09 03. Contractor shall assist with asbestostesting/abatement with excavation, shoring, coordination, etc. Testing andabatement shall be contracted for and paid for by UF.At all connection points to existing steam and condensate lines, the contractorshall field verify location, size (including nominal pipe size, insulation thicknessand outer conduit diameter), configuration of existing steam and condensatepiping, and condition of existing piping (including ultrasonic pipe thicknesstesting) prior to ordering prefabricated piping and the submittal of the Final4 of 7
ITB23KO-106 Addendum 1Phasing Steam and Condensate Connection Plan. Submit field dimensions andcondition of existing system with all direct buried pipe submittals (prefabricatedpipe and field fabricated pipe). Hazardous materials (asbestos) may beencountered by the contractor. If the contractor encounters materials suspectedto be hazardous, immediately stop work and notify the owner. Asbestos testinghas not been performed by the owner.Q25.Provide the drawing with the new work to go with the Demo work on E-620, it wouldcover MH EL-16, MH EL-17, MH EL-17A & MH EL-17B.A25.Q26.What type of cables are being removed, are any lead cable?A26.Q27.Bid as specified.In regards to Steam and Condensate piping, Specs say to perform the hydrostatic test oncarrier pipe prior to any insulation being applied. This would require the Contractor toleave from MH to MH ditch open during installation or do a hydro test as we weld eachsection up. Either one is adding additional cost to the job. Would it be acceptable to gofrom point A to point B and perform one hydrostatic test on the entire run? 100% UTtesting on all direct buried welds should ensure that we have no issues with the fieldwelds.A31.Q32.Both are acceptable.There are additional items with the current spec that also do not match what has beenpreviously required to provide per UF Standards (I.E - No epoxy coated connector bands,Different type of joint and closures required for the field joints, etc.). Please confirm theseitems are to be bid outside of UF Standards.A30.Q31.Cables sizes are captured on the new work single-line diagram Drawings E-601,E-603, & E-605.The specification for steam and condensate, calls for Galvanized coating for conduit. Thecurrent coating provided for conduit on existing and new conduit for UF is Fusion Bonded(Rhino Coating). Please confirm if we are to use Galv. Coating or Fusion Bonded.A29.Q30.Existing feeders are assumed to be 3 single conductor EPR with 600V grounds.Is there a cable schedule listing size and type of cables to be installed? I found a numberof these but not in a list.A28.Q29.Assume that some lead cables may be encountered.Is there a cable schedule listing size and type of cables to be removed?A27.Q28.The new work for these manholes is shown on Drawing E-622.No, see Specification 01 01 10 and Mechanical Phasing Drawings. Burying pipeprior to hydro testing would be at the Contractors risk. If the test does not pass,the Contractor would be responsible for excavating the entire run tested toidentify where the test failed and make the necessary repairs at no additionalcost to UF.As noted in specification section 31 20 00-2-1-A, please confirm earthwork is to be 100%import and export for the project.5 of 7
ITB23KO-106 Addendum 1A32.Q33.Since the quantity of unsuitable soils is unknown at this time, are we to include anallowance or a unit price per cubic yard? If an allowance is desired, please specify anamount so all bidder allowances are equivalent.A33.Q34.Yes, Phase 4 connections must be completed (unless noted otherwise) beforePhases 5, 6, or 7 are started.336313-1.1.2.A- Please confirm the system manufacturer is only responsible for stresscalculations on the new system being provided. The pre-insulated pipe manufacturers willnot accept responsibility for the existing system.A38.Q39.Yes.Phase 4.a.2 states that SM-3D3-79 work is to be coordinated with SM-3D3-12. Pleaseconfirm our understanding that this means the work must be staggered so that service isnot inadvertently disrupted to vaults SM3D3-9/13.A37.Q38.See Addendum Number 3, Drawing MGA-101.Phase 3.a.6 states that at the owner's discretion the, energize from SM-3D3-9/13 to SM3D3-77 through SM-3D3-8. Would energizing this section only be beneficial to the ownerin that the loop would be restored? It would be more advantageous to the project for thissection to remain de-energized.A36.Q37.This is the assumption or that the existing steam system can be feed through oneof the manholes.Multiple phases require isolation from SM-3D3-77. Where is SM-3D3-77 located?A35.Q36.No.Please confirm our understanding that UF's current steam/condensate loop feeds thissection of the campus via the following manholes: SM-3D4-34, SM-3D3-77, and SM-3D312.A34.Q35.Yes.Confirmed.009030.1.2.A states that an asbestos survey is required. During the pre-bid it wasmentioned that an asbestos survey was not necessary for these vaults. Please confirmthe survey is not required.A39.See revised Specification Section 00 09 03. Contractor shall assist with asbestostesting/abatement with excavation, shoring, coordination, etc. Testing andabatement shall be contracted for and paid for by UF.At all connection points to existing steam and condensate lines, the contractorshall field verify location, size (including nominal pipe size, insulation thicknessand outer conduit diameter), configuration of existing steam and condensatepiping, and condition of existing piping (including ultrasonic pipe thicknesstesting) prior to ordering prefabricated piping and the submittal of the FinalPhasing Steam and Condensate Connection Plan. Submit field dimensions andcondition of existing system with all direct buried pipe submittals (prefabricatedpipe and field fabricated pipe). Hazardous materials (asbestos) may beencountered by the contractor. If the contractor encounters materials suspected6 of 7
ITB23KO-106 Addendum 1to be hazardous, immediately stop work and notify the owner. Asbestos testinghas not been performed by the owner.Q40.The construction documents indicate fenced work areas that conflict with the instructionsat the pre-bid meeting to keep one lane open. Please clarify the requirements for sitefencing and road closure restrictions.A40.See Phasing Notes on Drawing C-600.7 of 7
The Foundation for The Gator Nation . An Equal Opportunity Institution . September 8, 2022 . ADDENDUM NUMBER 2 ON INVITATION TO BID ITB23KO-106 . TITLE: Reitz Lawn and Inner Road Utility and Roadway Improvements . Mandatory Pre-Bid Meeting was held August 16, 2022 at 12:00 PM. Bid opening is scheduled for